You are not logged in.

CON 25/25 - Balaclava Street, Wyndham - Stormwater Upgrade

This tender is using the new split file responses feature on GETS. The agency has indicated that they would like to receive responses separated by price and non price components. Please keep this in mind when preparing your response for submission via GETS.

Details

RFx ID : 31501682
Tender Name : CON 25/25 - Balaclava Street, Wyndham - Stormwater Upgrade
Reference # : CON 25/25
Open Date : Thursday, 17 April 2025 4:30 PM (Pacific/Auckland UTC+12:00)
Close Date  : Tuesday, 27 May 2025 4:00 PM (Pacific/Auckland UTC+12:00)
Tender Type : Request for Tenders (RFT)
Tender Coverage : All of Government  [?]
Categories :
  • 83100000 - Utilities
Regions:
  • New Zealand
Exemption Reason : None
Required Pre-qualifications : None
Contact : Maria Cavanagh
maria.cavanagh@southlanddc.govt.nz
Alternate Physical Delivery Address  : P O Box 903
Alternate Physical Fax Number  :
Overview

This project is for stormwater main upgrade on Balaclava Street, Wyndham and is a continuation of a previous project completed in 2022. It comprises 854m of DN750 and DN1050 Class 2 RCRRJ pipes, manholes, sumps and lateral connections.

The extent of work to be completed under this Contract will be determined by the Contract price. The desire is to get through the intersection with Scutari Street, terminating at the proposed manhole (MH5). This end point may shift (positive or negative), depending on budget.

This contract contains two Separable Portions:

• Separable Portion 1 – Cardigan Road to Scutari Street

• Separable Portion 2 – Scutari Street to Malta Street (Provisional Item)

The confirmed budget for Separable Portion 1 is $950,000. Once the 2025/26 FY budget is confirmed, Separable Portion 2 may be awarded in full, part or cancelled altogether.

Council retains their right to proceed or not with Separable Portion 2 and may at any time decide to cancel prior to awarding the Portion. The decision to proceed with Separable Portion 2 may be influenced by perceived contractor performance, available budget or any reason at their discretion. Tenderers shall not rely on the full tendered amount being awarded beyond completion of Separable Portion 1.

It is Council’s intent that Separable Portion 2, if awarded, would be undertaken consecutively following Separable Portion 1 with a minimum of 10 working days’ notice prior to the end of Separable Portion 1.