SWTAFE - Hamilton Campus Refurbishment Project – Fire Services Upgrade
Tender ID: 607173
Tender Details
Tender Description
SWTAFE - Hamilton Campus Refurbishment Project – Fire Services Upgrade
In May 2025, the Victorian Government committed to funding the refurbishment of the on South West Institute of TAFE's Hamilton Campus. As part of this broader initiative, SWTAFE is seeking tender submissions for design and construct of new fire protection assets at their Ballarat Road Campus located in Hamilton, Victoria. This project will involve upgrading fire protection infrastructure at the Hamilton Campus which no longer meets current requirements and has reached end of life. A full replacement is required, encompassing all components of the wet fire system including water storage, pump systems, hydrants, booster assembly, hose reels and water distribution networks. SWTAFE will be seeking tenders based on a Design and Construct (D&C) methodology, where the appointed Head Contractor will be responsible for completing designs as part of their engagement, inclusive of all certification and permits. The intention is to reach practical completion for all works by September 2026.
Scope
South West TAFE is seeking Expressions of Interest (EOI) from suitably experienced and qualified contractors to deliver the Fire Services Works Package as part of the Hamilton Campus Refurbishment Project. These works will be undertaken at South West TAFE’s Hamilton campus (Hamilton, Victoria) to ensure fire protection compliance requirements are met. Interested parties should download the EOI documentation attached to this market engagement for further instructions on how to take part in this process and what is required to be considered. The EOI invitation document outlines the full requirements of submissions, including mandatory criteria that must be met to be considered for shortlisting. A response document has been provided in an editable format for submissions to be entered. Please ensure that you read these documents in full to ensure that submissions conform to the minimum requirements.
At the closure of the EOI period, submissions will be assessed by a panel using the evaluation criteria outlined within the invitation document to shortlist for tender (RFT). It is estimated that the outcome of the EOI process will be provided to all respondents early April 2026.
High Level System Design & Implementation Requirements
- Design and Construct Responsibilities: The contractor is responsible for completing the detailed design, coordinating all trades, and delivering a compliant installation.
- Existing Fire Protection Assets: Allowance for decommissioning and removal of redundant fire protection assets onsite.
- Water Storage Tanks: Design and install of new fire water storage tanks sized to meet flow rates and fire water supply requirements.
- Fire Pumps (AS 2941): Design and install compliant pump systems including duty and standby pumps, controllers, and housing.
- Water Supply Connection: Provide new connection to mains water supply, including backflow prevention and metering as required.
- Ring Main Hydrant Supply: Design and install a campus-wide ring main for hydrant distribution to ensure redundancy and pressure stability to both existing and proposed new buildings.
- Hydrant Systems (AS 2419.1): Design and install hydrants in accordance with current Australian Standards, including spacing, access, and signage.
- Hose Reel Systems (AS 2441-2005): Design and installation of compliant internal hose reel systems.
- Concrete Support Structures and Foundations: Provide all civil and structural works necessary for the installation, including excavation, subgrade preparation, formwork, reinforcement, pour, curing, and certification.
- Electrical Works (AS 3000): Provide test results and certificates of electrical compliance following the completion of works.
- Testing, Commissioning, Certification: Provide all test sheets, certificates, and authority sign-offs required for occupancy and compliance.
- Documentation, Training, Handover: As-installed drawings, O&H manuals along with maintenance requirements and training of the client’s nominated personnel.
- Warranty and Defects Liability: Provision for warranties to all equipment’s and workmanship. The minimum period for defects liability is 12 months after practical completion, unless the contract specifies a longer duration.
Key Dates (indicative only*)
- ATN Release Date: 27th February 2026 (closed)
- ATN Close Date: 6th March 2026 (closed)
- EOI Release Date (shortlisting for RFT): 17th March 2026
- EOI Close Date: 30th March 2026
- RFT Open Date: 6th April 2026*
- RFT Close Date: 4th May 2026*
- Contract Award: 22nd May 2026*
Tender Process
The Expression of Interest (EOI) process will be open to all interested parties and form the basis of shortlisting for RFT, and requires submission of capability statements to be assessed. Evaluation criteria and weightings are provided within the EOI to enable suppliers to submit capability statements in line with these. Suppliers who are successfully shortlisted will then be invited to take part in the RFT process, expected to commence early April 2026*.
Any queries regarding the Expression of Interest must be sent using the online forum function on the Buying for Victoria tender portal. Email and phone enquiries will not be responded to and will be redirected back to the online forum.