View Contract Details

Invitation to Submit Tender - Refurbishment of Mechanical Systems, 3.15 & 3.16 Technology (N44), Nathan campus  

Griffith University
The Tender Box - Griffith University - Finance, Sewell Bldg (N12), Lvl 0, Room 0.19, West Creek Rd, Nathan, QLD, Australia, 4111
2557160301BCONSCAP
Invitation to Submit Tender - Refurbishment of Mechanical Systems, 3.15 & 3.16 Technology (N44), Nathan campus (2557160301BCONSCAP)
Works
Invitation to Submit Tender - Refurbishment of Mechanical Systems, 3.15 & 3.16 Technology (N44), Nathan campus

INVITATION TO SUBMIT A TENDER

You are invited to submit a Tender for the execution and completion of the works described below in accordance with the Drawings and Specification (if any) supplied herewith, the Griffith University

Conditions of Tender & Conditions of Contract for ‘Minor Works’ herein, and any other information issued by the Principal for the purposes of tendering.

Description of Works:  

To rectify non-compliant Hazardous Zone Installation including but not limited to:

  • pressure switch in room 4.02 - 2 off
    • Add cable marker or equipment tag
    • Replace gland with CMP PXSS2K 20S or may need 20S16 dependent on cable diameter.  Datasheet attached. IECEx SIM 14.0008X
  • fluoro light in room 3.26 and 3.16f – 2 off
    • Replace light fitting - suggest same make/model as other lights e.g. IECExITA06.0002X
    • Install double pole Circuit Breaker (RCD)
  • fluoro light in room 3.31
    • Install double pole Circuit Breaker (RCD)
  • smoke detector in room 3.16f, 3.31 and 3.26, 3 off
    • Add cable marker or equipment tag
    • Replace cable with 2 core screened 2hr fire-resistant cable (FR-1.5-2CS) to smoke detector and return to new barrier L3 plant room.  Cable to have cable marker IS or blue heat shrink fitted to each end (low halogen Heat shrink)
    • Fit MTL 5061 barrier in new enclosure L3 plant room connected to the existing cable to fire control panel on the ground floor.  (Common enclosure for 2 x 2-channel MTL 5061 barriers, with earth bar for screen termination)
  • hydrogen shutoff solenoid
    • Add cable marker or equipment tag
    • Add Ex e JB for terminations below duct with appropriately certified glands. E.G. CCG Posifit and Kopex EXC GM20S nylon glands
    • Add knife terminals in the control panel
  • pressure switch for argon bottles - 5 off
    • all four cables into a barrier box
    • Add cable marker(s) or equipment tag
    • Replace cables with Instrolex 1 pair Overall screen 1.5mm2 (IED184AA002) Blue sheath or add cable markers indicating IS to black sheath (continuous run from IS barrier to device)
    • Replace individual barrier boxes with common enclosure for 4 barriers, with common 24VDC supply, earth bar for termination of screens
    • Calculation to be completed based on new cable and cable run length by Hazardous Zone Auditor
  • hydrogen pressure switch in room 3.16f
    • Switch contacts only on Wika pressure switch Model details to be confirmed not connected to an IS barrier
    • Add cable marker(s) or equipment tag
    • Replace cable(s) with Instrolex 1 pair Overall screen 1.5mm2 (IED184AA002) Blue sheath or add cable markers indicating IS to black sheath no means of neutral isolation
    • Maintain segregation once barrier installed
    • Add barrier. Suggest for compatibility use P&F as per other pressure switches (KFA6-SR2-Ex2W).  Install in new barrier enclosure
  • Complete electrical tests and provide a certificate of test and compliance for all circuits once rectification complete
  • 1 x IS circuit from barrier is believed to be terminated in duct at rm3.16f, contractor to confirm
  • Complete all associated builders works including make good required to access or complete the following works.
  • Where fire or air pressure boundary currently exists and the works penetrate or interrupt, the contractor shall undertake necessary make good works with certification, register and photographic records issued at completion
  • Extensive and detailed Dilapidation report to be completed prior to commencement and at completion, noting that damage to zone of works shall be rectified at Contractors expense unless it can be identified as an existing condition.   
  • Works shall align to the GU Design Guidelines and other documents issued with the Tender, referenced by the drawing transmittal. Each Tenderer shall make themselves aware of the implications and comply with these requirements.
  • All certificates and literature for the relevant products and materials shall be supplied at no cost
  • Works shall be compliant with the relevant National Construction Code and Australian Standards such as but not limited to AS60079

The works shall be to the satisfaction of the Superintendent and its representatives which include a Hazardous Zone Auditor. Products installed are aligned to the equipment and datasheets attached and referenced by the document transmittal or approved equal.

Tenderers shall note the following:

  • Tenders shall close at:

QTenders

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

Date: 8 July 2020

Time: 1.00 pm

  • Site Visit shall be confirmed during the tender period:

Date: TBC

Time: TBC

  • The Contract is a Lump Sum Fixed Price not subject to adjustment for rise and fall in costs.
  • Tenders shall remain valid for 30 calendar days.
  • The tenders will not be opened publicly.
  • Tenders will be evaluated in accordance with the following Criteria and weightings, and tenderers are required to address these criteria in their tender submission;
  • Construction programme – Provide timeframes for the project include identification of material lead times, timeframe on-site, hold points for Griffith University representatives’ inspections and anticipated service shutdowns periods at a minimum.
  • Contractor’s key resources, Certificates and Licences – Provide names, licences, certificates and qualifications of proposed site management and support staff together with details of any previous experience in working on a University campus or commensurate equal in a similar capacity. GU reserves the right to reject any nominated person and request an alternative nomination.
  • Price – tenderers are to return signed and completed:
    • 01 Minor Works Contract Ed.4
    • 02 Form of Tender (Lump Sum) Appendix 1
    • 03 Document Transmittal
    • and any Tender Addendums issued during the Construction period.

Any queries relating to the tender documents including drawings and specifications (if any) shall be submitted by the QTenders link associated with this project. Requests for site access for inspection should be directed to the PD&C Project Manager Huw Hayes on Telephone 0466 948 521  or Email huw.hayes@griffith.edu.au                          

8 Jul, 2020
Building and Construction and Maintenance Services - (100%)
selective offer process
No
$23,755 (Estimate)
South East Queensland
24 Jul, 2020
1
Judith Allan Archived
OFFICE: (07) 373 57369
zzARCHIVED_j.allan@griffith.edu.au

Contractors

Crisp Power & Control Pty Ltd
2/44 Success St, Acacia Ridge, QLD, Australia, 4110
Price: $ 23754.80