Contracting to Main Roads
We deliver our program of road, bridge and infrastructure works through a range of contracts to procure works, good and services.
The nature of works being procured determines the type of contract, which include:
- Alliance Contracts;
- Design and Construct Contracts;
- Construct Only (AS 2124) Contracts;
- Minor Works Contracts; and
- Term Contracts
Companies should be aware that the above works contracts often contain prequalification requirements, along with ensuring the appropriate management and reporting systems are in place.
In addition to direct contracting opportunities, our list of prequalified contractors can help you find subcontracting, joint venture and supplier opportunities with head contractors engaged by us.
Aboriginal businesses seeking contract opportunities are encouraged to register with one of the below business directories:
- Western Australian directory - Aboriginal Business Directory WA
- National directory - Supply Nation Australia - Indigenous Business Direct
All current public tender opportunities are available to view on Tenders WA.
Our infrastructure delivery plan contains proposed/future works contracts with estimated value above $3 million. It covers all types of contracts across Main Roads Western Australia and is subject to change.
Infrastructure Delivery Plan 2021-2025 - Updated January 2021
In developing the plan, we aim to:- Consult with industry and develop innovative and cost-effective approaches, enabling delivery flexibility and expansion of industry capability;
- Identify, understand and allocate risks to the party best able to manage that risk;
- Package the projects to meet Main Roads and industry needs;
- Demonstrate leadership in building industry resource capability and capacity; and
- Utilise a blend of delivery methods to optimise Main Roads, Local Government and industry resources
Prequalification is a mandatory requirement for most Main Roads Western Australia civil (road and bridge) construction contracts, regardless of value. Companies wishing to submit tenders to Main Roads must be prequalified under the National Prequalification System (NPS).
To become prequalified for the construction of roadworks and/or bridgeworks, an application form must be completed and submitted according to the instructions on the form.
If you are a contractor who is already prequalified with another participating agency, you may seek mutual recognition with us by submitting a mutual recognition application.
To view a list of companies prequalified with us, refer to our List of Prequalified Contractors.
Additional forms and templates:
- Requirements
- Letter of Undertaking Template
- Contractor Performance Report Template
- Contractor Performance Report Scoring Guide
For applicants in categories R1/B1:
-
Management system declaration form and checklists
Note: The independent auditor that assesses the applicant's management systems against the checklists must be:
- A conformity assessment body accredited by the Joint Accreditation System for Australia and New Zealand (JAS-ANZ) to the relevant standard; or
- Registered by Exemplar Global (or equivalent), with experience in the civil construction industry.
Safety and Health is essential for the wellbeing of our people, our contracting partners and for the success and sustainability of our business. We are committed to Occupational Safety and Health (OSH) and the continual improvement of behaviours and processes to provide better outcomes for all stakeholders.
Our OSH Management System addresses our relevant legal requirements in Western Australia including the Occupational Safety and Health Act 1984 and the Occupational Safety and Health Regulations 1996. Our OSH Management System is accredited to ISO:45001 Occupational Safety and Health Management Systems and Federal Safety Commission Accreditation by the Office of the Federal Safety Commissioner.
Safety performance reports are received from all our construction projects and maintenance Contractors which are compiled and analyzed, to ensure the continuous improvement of positive OSH performance and regulatory compliance.
Safety reporting forms:
- Safety Health and Wellbeing Incident Report - November 2016
- Monthly Safety Indicator Report - May 2020
- Safety Incidents and Hazards Register
- Working in or around Rail Corridors
Specification 203 Safety & Health Management
The Safety & Health Management Specification 203 can be found in our Tender Preparation section.
Supporting documents:
- EQSafe Contractor On-boarding Process
- EQSafe Contractor User Manual
- Main Roads Incident Management Procedure
- EQSafe Event Type and Sub Type Contractual Requirements
- Contractor Monthly OSH Performance Report Form
- Works OSH Risk Assessment Template
- Works OSH Risk Assessment Facilitation Guide
- Minimum OSH Control Standards
Environmental management requirements are applied throughout a project’s lifecycle. The technical information and templates that employees and contractors need to be aware of to complete activities and projects can be found below.
Environmental Incident Reporting and Investigation
An environmental incident is any event resulting from the activities of Main Roads, Contractors working on our behalf and third parties, which has the potential to cause, or has caused, an adverse effect on the environment, or has resulted in a complaint relating to an environmental issue. All environmental incidents must be identified, reported, investigated and reviewed. Appropriate corrective actions are to be undertaken and processes revised as appropriate to prevent recurrence.
The Environment Incident Reporting Form is to be used to report any environmental incidents to Main Roads and notify the Environment Branch.
Environmental and Heritage Consultants
For consultants conducting environmental or heritage surveys on our behalf, including the Panel Contract 107/16 for Environment and Heritage Services, the following ESRI Geodatabase Templates are available for use in accordance with the Main Roads Environmental and Heritage Data Standards.
- Geodatabase Template - Environment and Heritage Data Standards
- Raw Data Template - Environment and Heritage Data Standards
Reports & Forms
We are committed to delivering sustainable outcomes in the design, construction and operation of our infrastructure.
We use the Infrastructure Sustainability (IS) Rating Scheme, Australia’s only comprehensive sustainability rating system, to keep us on track.
Project Value | IS Rating Requirement |
>$100 million | Formal assessment and rating |
$20 million - $100 million | Use rating, but do not undergo formal assessment |
Forms & Reports
We provide a 'Principal Controlled Insurance Program' (PCIP) which covers all of our works contracts. If applicable, details are included in the relevant contract documents. Below are the most recent Certificates of Currency for the PCIP floater programs:
Certificate of Currency
Construction Floater Program
- Certificate of Currency - Construction Public & Products Liability
- Construction Liability - Policy Wordings
- Certificate of Currency - Construction Contract Works Material Damage
- Construction Contract Works Material Damage - Policy Wordings
Maintenance Floater Program
Complaints in relation to procurement activities may be made to us verbally or in writing.
Verbal Complaints
Verbal complaints can be referred to the contact officer nominated in the tender documents who will clarify or hold discussions with the complainant to try to resolve the issue. If from discussions the complainant is still not satisfied, the complainant is advised to put any concerns in writing to the Manager Corporate Procurement.
Written Complaints
Written complaints relating to procurement activities can be referred to:
Mr Luciano DiGirolamo
Manager Corporate Procurement
Main Roads Western Australia
P.O Box 6202
EAST PERTH WA 6892
Contact details:
Telephone: (08) 9323 5433
Email: Luciano.digirolamo@mainroads.wa.gov.au
The Manager Corporate Procurement will arrange for the complaint to be investigated and will provide a written response to the complainant on the outcome of the investigation.
If it appears that the complaint will not be resolved within ten (10) working days, the Manager Corporate Procurement will provide interim advice to the complainant on the estimated time frame for completing the investigation and providing a written response.
Handling Complaints
All complaints will be dealt with promptly and within an appropriate time according to the complexity of the issues.
Where necessary the complaints will be treated confidentially to ensure the commercial interests of tenderers and/or integrity of Main Roads employees involved in the process are not compromised.
In instances where a complainant is found to have frivolously or recklessly complained, action may be taken to recover any costs incurred by Main Roads as a result of such claims.
Unresolved Grievances Process
Should the complainant not be satisfied with the outcome of the investigation, as detailed in the response from the Manager Corporate Procurement, the complainant may formally request the Manager Corporate Procurement to refer the matter to the:
- Main Roads Tender Committee;
- If after referral to the Tenders Committee the matter is still unresolved, the complainant may formally request the Manager Corporate Procurement to refer the complaint to an Indepedent Probity Auditor to independently investigate the grievance; and
- If still dissatisfied, the complainant may formally request the Manager Corporate Procurement to refer the complaint to the Ombudsman.
A project bank account (PBA) is a bank account that operates under a trust for Main Roads construction contracts. Rather than monthly payments being made from Main Roads directly to the contractor’s regular account, monthly payments are paid into the PBA and funds are directed to the contractor’s regular account and participating subcontractors and suppliers in the supply chain at the same time.
PBAs are intended to:
- provide a degree of insolvency protection;
- speed up the payment process for parties lower down in the supply chain; and
- increase transparency and accountability in the payment process.
This payment system applies to construction contracts where the tender sum is at or above $1.5 million (including GST), and the contractor will engage one or more subcontractors. The model only applies to first tier subcontractors, not second tier subcontractors.
How does this affect contracts?
- From 1 July 2019 new Main Roads contracts included the use of PBAs.
- Head contractors are required to:
- Establish a PBA at the start of the contract.
- Advise details of eligible subcontractors (contract value >$20,000 (inc. GST))
- Payment claims will include the progress claim for the Contractor, plus a breakdown of payments for subcontractors.
Example Special Conditions for first tier Subcontracts for Project Bank Accounts
New conditions are required to be included in first tier subcontracts for Project Bank Accounts. These conditions will need to refer to PBA payment process and include reference to subcontracts equal to or greater than $20,000 (GST inclusive) and the option of opt-in provisions for other subcontracts, and suppliers of goods and materials only. An example of these Special Conditions is provided for information.
PBA documents
Each contract type has its own unique set of documents that head contractors must use to establish the Project Bank Account for their contract. The ZIP files below include the relevant documents required for each contract type.
- Minor Works - ZIP file
- Construct Only (AS 2124) - ZIP file
- Design and Construct - ZIP file
- Alliance - ZIP file
Further information
- PBA Payment Report - Example - Excel (45.2 KB)
- Project Bank Accounts - Fact Sheet - PDF (468 KB)
Non-payment of subcontractors
Where a subcontractor has not been paid on time for work carried out on a construction project in Western Australia, there are a number of ways a contractual payment dispute can be resolved:
-
Use the dispute resolution mechanism in your contract with the head contractor. Main Roads encourages subcontractors to initiate direct negotiations with the head contractor, as the first step to an amicable resolution.
-
Obtain help from the Small Business Development Corporation to resolve the dispute through mediation. For info, visit the SDBC website on mediation or call 13 12 49.
-
Lodge an adjudication claim under the Construction Contracts Act 2004 (WA). For more info, visit the Building Commission’s website or call 1300 489 099.
-
Seek determination by the Magistrates Court for minor claims for debt or damages. Visit the Magistrates Court website or call 9425 2222.
-
Seek help from subcontractors’ industry association.
Subcontractor’s responsibilities
Before entering into a contract with a head contractor, subcontractors must fully understand their obligations, risks, rights under the contract and the application of any overarching legislation. Subcontractors should, where necessary, seek their own legal advice on risks, such as payment delays, in their business affairs with a head contractor.
Subcontractors should ensure that they are satisfied with the financial stability of the head contractor, since in the event that a head contractor goes into receivership, administration or liquidation, the subcontractors may not receive payment for amounts they are owed.
Other helpful information
-
Small Business Development Corporation – Resolving a dispute
-
How to commence a general procedure claim in Magistrates Court - Fact Sheet
-
Refer to Procurement Grievance Policy on this page
Where we have an ongoing requirement to deliver specific works or services, consideration is given to establishing a ‘term contract’. Existing term contracts assist us to deliver road maintenance, construction projects, incident management and a range of other specialised works and services. These include:
Road Maintenance, Incident Response and Minor Capital Works Contracts
Location |
Contractor |
Current Contract Expiry |
Goldfields-Esperance Region |
DM Roads |
October 2023 |
Graham Farmer Freeway Tunnel and Incident Response Services |
Lendlease Services Pty Ltd |
February 2024 |
Metropolitan Region |
DM Roads |
October 2023 |
Mid West-Gascoyne Region |
Lendlease Services Pty Ltd |
November 2022 |
Pilbara Region |
Ventia Pty Ltd |
November 2023 |
Southern Region (South West and Great Southern) |
Fulton Hogan Industries Pty Ltd |
January 2024 |
State-wide Electrical Infrastructure |
Venture Smart (Joint Venture between Johnson Controls and Ventia) |
October 2023 |
Wheatbelt Region |
Lendlease Services Pty Ltd |
October 2022 |
Kimberley Network Contract
A unique delivery model is in place, and routine maintenance is undertaken via a combination of a network contract. A direct contracting approach is used to deliver the remainder of the work programs.
Contractor |
Current Contract Expiry |
MACA Civil Pty Ltd |
February 2021 |
State-wide Road Construction Panel Contract
Delivering road and bridge construction projects less than $20 m, the contract includes buying rules, designed to streamline the process for the awarding of contracts to expedite delivery.
The current contract expires May 2025.
Advanteering Civil Engineers |
Fulton Hogan Industries Pty Ltd |
BMD Construction Pty Ltd |
Georgiou Group Pty Ltd |
Bocol Constructions Pty Ltd |
Highway Construction Pty Ltd |
CareyMC Pty Ltd |
Keslake Group Pty Ltd |
Central Earthmoving Company Pty Ltd |
Leeuwin Civil Pty Ltd |
Civcon Civil & Project Management Pty Ltd |
Lendlease Services Pty Ltd |
Decmil Southern Pty Ltd |
MACA Civil Pty Ltd |
DeGrey Civil Pty Ltd |
Raubex Constructions Pty Ltd |
Densford Civil Pty Ltd |
Ventia Pty Ltd |
Enviro Infrastructure Pty Ltd |
WA Limestone Contracting Pty Ltd |
Ertech Pty Ltd |
WBHO Infrastructure Pty Ltd |
State-wide Structures Panel Contract
Delivering maintenance and other work for bridges, this contract was awarded to a panel of contractors who focus on bridge expertise.
The current contract expires in August 2021
Adventeering Civil Engineers |
Fulton Hogan Industries Pty Ltd |
BMD Constructions Pty Ltd |
HighwayAlbem JV (Highway Constructions Pty Ltd / Albem Operations) |
Densford Civil Pty Ltd |
Jomar Contracting |
Enviro Infrastructure Pty Ltd |
Jonor Constructions |
FED JV (Fortec Australia / Ertech Pty / Duratex Australia) |
Regional Bridging |
Freyssinet Australia Pty Ltd |
SRG Civil Pty Ltd |
State-wide Resealing Panel Contract
Specialised sealing contractors skilled at working on numerous sections of high traffic volume roads deliver this panel, to resurface aggregate seals along our rural roads on a programmed basis.
This current contract expires in June 2024
Colas Pty Ltd |
Boral Resources Ltd |
Downer EDI Works Pty Ltd |
Fulton Hogan Industries Pty Ltd |
Bitutek Pty Ltd |
|
Longitudinal Road Marking Contract
Setup primarily to maintain longitudinal road marking on all rural public roads, the contract also includes audible edge and installation of new lines (e.g. for reseals and some new roads).
Region |
Contractor |
Current Contract Expiry |
South West, Great Southern and Mid West-Gascoyne Regions |
Intersectional Linemarkers Pty Ltd |
December 2020 |
Kimberley, Pilbara, Wheatbelt and Goldfields-Esperance Regions |
Supalux Linemarking Pty Ltd |
January 2021 |
A replacement panel contract is currently being procured, which will include transverse road markings.
State-wide Asset Management Support Services Contract
Providing us with both centralised and regional support with strategic and operational asset management requirements.
Contractor |
Current Contract Expiry |
GHD Pty Ltd |
June 2023 |
Jacobs Pty Ltd |
June 2026 |
Initial list of tenderers
Panel Contractor for Supply and Delivery of Cab Chassis Trucks and Commercial Vehicles
Contract no: 0173/19 Date opened: 27/07/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Daimler Trucks Perth
- Diesel Motors Mercedes Benz
- Major Motors Pty Ltd
- Peske Australia
- Truckcentre Western Australia
- WA Hino Sales & Services
Bussell Highway Duplication Stage 1 - Capel to Hutton Road
Contract no: 0113/19Date opened: 11/08/2020
Tenders received have been listed in ascending order of value. No checks for conformity with tender requirements, alternative tenders or arithmetic errors have been made at this stage.
- Raubex Construction Pty Ltd - $14,200,834.01
- BMD Constructions Pty Ltd (WA) - $14,440,592.81
- Densford Civil Pty Ltd - $14,944,153.08
- R J Vincent & Co - $15,146,792.14
- Highway Construction Pty Ltd - $16,556,163.93
- MACA Civil Pty Ltd - $17,943,499.63
- Monford Group Pty Ltd - $18,971,863.24
Tenderers are reminded that the Commissioner is not bound to accept the lowest or any Tender. The successful tender will be announced as soon as possible.
Design and Construction of Great Eastern Highway Bypass Interchanges
Contract no: 0197/19Date opened: 11/08/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- CPB GHD Alliance Joint Venture (CPB Contractors Pty Ltd / GHD Pty Ltd)
- GHBI Alliance Joint Venture (Aurecon Australasia Pty Ltd / Seymour Whyte Constructions Pty Ltd)
- Greater Connect Joint Venture ( Laing O'Rourke Australia Construction Pty Ltd / AECOM Australia Pty Ltd / Arcadis Australia Pacific Pty Ltd)
- Groe Alliance Joint Venture (WBHO Infrastructure Australia Pty Ltd / SRG Global Civil Pty Ltd / WSP Australia Pty Limited / BG&E Pty Limited)
Design and Construct of Coolgardie Esperance Highway Upgrade - Emu Rocks Station
Contract no: 0116/19Date opened: 12/08/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Highway Construction Pty Ltd
- MACA Civil Pty Ltd
- NRW Holdings Limited
Design and Construct Stephenson Avenue Extension – Howe Street to Cedric Street
Contract no: EOI 0175/19
Date opened: 02/09/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- ACJV (Joint Venture) - (Clough W.A./ ACCIONA Construction Australia Pty Ltd)
- BMD Constructions Pty Ltd (WA)
- GGJV (Joint Venture) - (Georgiou Group Pty Ltd/ Gamuda (Australia))
- Seymour Whyte Constructions Pty Ltd
Design and Construct Mitchell Freeway Southbound Widening (Hodges Drive to Hepburn Avenue)
Contract No: 0099/19Date opened: 08/09/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Highway Construction
- H2H (WBHO/NRW JV)
- Mitchell Southbound J.V(Georgiou/BMD)
Panel contract for provision of road marking within Western Australia
Contract No: RFT 0096/19
Date opened: 30/09/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Fulton Hogan Industries Pty Ltd
- Intersectional Linemarkers Pty Ltd
- Linemarking WA Pty Ltd
- Retro Roads
- Road and Traffic Services
- Supalux Linemarking Pty Ltd
- Workforce Road Services
Design and Construction of Swan River Crossings (Fremantle Road and Rail)
Contract No: 0202/19
Date opened: 01/10/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Fremantle Connections
- Freolink Alliance
- Swan Crossing Alliance (BMD/Georgiou/BG&E/Golder)
- Swan Crossing Alliance
- Swan River Crossing (CMGA)
Kimberley Network Contract - Provision of Road Maintenance Resources, Services and Minor Works
Contract No: RFT182/18Date opened: 08/10/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Fulton Hogan Industries Pty Ltd
- MACA Infrastructure Pty Ltd
- Ventia Pty Limited
Supply of and delivery of one CCF Class 5 Backhoe Loader
Contract No.: 0001/20
Date opened: 15/10/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- JCB Construction Equipment Australia
- Komatsu Australia Pty Ltd
- Westrac Pty Ltd
GSR - Provision of Pavement Repairs - Ravensthorpe - Hopetoun M059
Contract No.: 0196/19
Date opened: 20/10/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Ertech Pty Ltd
- Fulton Hogan Industries Pty Ltd
- Stabilised Pavements of Australia
- WCP Civil Pty Ltd
Supply of Plant & Equipment - South Western Highway H009 - 192.16 to 194.40 SLK
Contract No.: 0178/19
Date opened: 27/10/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- Castle Equipment
- Palmer Earthmoving (Australia) Pty Ltd
Construction of Bridge 9473 (Kids’ Bridge)
Contract No.: 0186/19
Date opened: 10/11/2020
- Civmec Construction & Engineering Pty Ltd (Conforming Tender): $7,374,641.98
- SRG Global Civil Pty Ltd (Alternative Tender): $8,709,492.87
- Bocol Construction Pty Ltd (Alternative Tender): $9,177,803.00
- Bocol Construction Pty Ltd (Conforming Tender): $9,709,226.69
- SRG Global Civil Pty Ltd (Conforming Tender): $10,122,358.82
- Ertech Pty Ltd (Alternative Tender No. 3): $10,419,172.79
- Ertech Pty Ltd (Alternative Tender No. 2): $10,449,172.79
- Seymour Whyte Construction (Alternative Tender No. 5): $10,449,935.52
- Decmil Australia (Conforming Tender): $10,468,160.74
- Ertech Pty Ltd (Alternative Tender No. 1): $10,469,172.79
- Ertech Pty Ltd (Conforming Tender): $10,489,172.79
- Seymour Whyte Construction (Alternative Tender No. 2): $10,490,668.52
- Seymour Whyte Construction (Alternative Tender No. 4): $10,515,654.56
- Seymour Whyte Construction (Alternative Tender No. 3): $10,555,791.52
- Seymour Whyte Construction (Alternative Tender No. 1): $10,568,189.56
- BMD Construction Pty Ltd (Conforming Tender): $10,724,090.20
- Seymour Whyte Construction (Conforming Tender): $12,658,189.56
Panel Contract for the Provision of Road Reserve Management Support. Road Reserves Officer - Accommodation Works
Contract No.: 0056/20
Date opened: 18/12/2020
Tenders received for the above contract are shown in alphabetical order below. Tenderers should note this is an opening list only and no checks have been made at this stage. This list is subject to change.
- G2N Pty Ltd
- Llankrof Pty Ltd
- MILO Geotechnical Pty Ltd
- Project Delivery Partners Australia
Contractor Combined Monthly Reporting
This form is to be used for the following monthly reports: Quality, Environment, Sustainability Data, Clearing, Water Usage, Material Usage and Aboriginal Participation
Tender preparation
Specifications, forms and information to assist with tender preparation and submission.
Prepare a tenderInfrastructure Ready program
The Infrastructure Ready Skill Set program will develop a pipeline of 'job-ready' employees through a four-week training program.
Learn more »