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
Information for Subcontractors
Main Roads has reviewed its Road Maintenance and Minor Capital Works delivery model. This will impact several key term contracts mentioned below, and will provide more opportunities for subcontractors to work directly for Main Roads. To learn more about the changes, see the Subcontractor Information Summary or read more on the Road maintenance contracts page.
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 2023- 2028 (PDF) - Updated March 2023
- 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
The Bitumen Index is the straight average of the major Western Australian bitumen suppliers’ Monthly Gate List Prices (Published List Selling Price) for bitumen for Western Australia, as verified by Main Roads.
Please note this index should only be used where rise and fall for bitumen is directly referenced in the contract.
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 (Word document) 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 (Word document).
To view a list of companies prequalified with us, refer to our List of Prequalified Contractors.
Additional forms and templates
- Requirements (PDF)
- Letter of Undertaking Template (Word document)
- Contractor Performance Report Template (Word document)
- Contractor Performance Report Scoring Guide (PDF)
For applicants in categories R1/B1
Management system declaration form and checklists (PDF)
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
- Incident Report Form - Word document
Specification 203 Health and Safety Management
Specification 203 Health and Safety Management can be found in our Tender Preparation section.Supporting documents
- EQSafe Contractor On-boarding Process - PDF
- EQSafe Contractor User Manual - PDF
- Main Roads Incident Management Procedure - PDF
- EQSafe Event Type and Sub Type Contractual Requirements - PDF
- Contractor Monthly WHS Performance Report Form - Word document
- Works WHS Risk Assessment Template - Excel
- Works WHS Risk Assessment Facilitation Guide - PDF
- Minimum WHS Control Standards - PDF
Guidance for Contractors
Supporting publications are provided for Contractors to meet Health and Safety requirements.
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 (Word document) is to be used to report any environmental incidents to Main Roads and notify the Environment Branch.
The Environmental Work Instruction for Reporting an Environmental Incident – Contractor (Word document) is available to assist Main Roads Contractors on how to report an environmental incident in EQSafe.
The Environmental Incident Reporting, Investigation and Management Procedure outlines Main Roads process for the reporting, investigation and management of environmental incidents.
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 (PDF).
- Geodatabase Template - Environment and Heritage Data Standards (Zip)
- Raw Data Template - Environment and Heritage Data Standards (Zip)
Reports & Forms
- Environmental Template - Vegetation Clearing Inspection and Test Plan (ITP) (Word document)
- Environmental Template Dieback Management Vehicle Register (Word document)
- Environmental Management Commitment Statement Template (Word document)
- Hygiene Checklist (Word document)
- Vegetation Maintenance Record Form (Excel)
- Aboriginal Heritage Monitoring by Traditional Owners Attendance Sheet Template (Word document)
Traffic Noise Assessments
We provide advice on traffic noise considerations to Local Governments and land developers to help ensure compatible land use development. The minimum standards expected from acoustic assessment reports are outlined in our Requirements for Road Traffic Noise Assessments Fact Sheet.
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 |
Details of our projects that have achieved IS ratings can be viewed on the Infrastructure Sustainability Council website.
Forms & Reports
General Grievances
Any general grievances Subcontractors may have, can in the first instance be referred to:
Project Bank Account Coordinator
Main Roads Western Australia
P.O Box 6202
EAST PERTH WA 6892
Contact details:
Telephone: (08) 9323 6174
Email: projectbankaccounts@mainroads.wa.gov.au
The Project Bank Account Coordinator will arrange for the grievance to be investigated which may include liaison with Manager Corporate Procurement, or referral to the Small Business Development Corporation – Subcontractor support.
All grievances will be treated confidentially.
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 SBDC website on mediation or call 133 140 (WA based businesses only) or (08) 6552 3300.
- Use the resolution process under the Security of Payment Act 2021. 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
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 (PDF)
- Construction Liability - Policy Wordings (PDF)
- Certificate of Currency - Construction Contract Works Material Damage (PDF)
- Construction Contract Works Material Damage - Policy Wordings (PDF)
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)
- Construct Only (AS 2124) (Zip)
- Design and Construct (Zip)
- Alliance (Zip)
- C197.18 State-wide Road Construction Panel Contract (Zip)
Further information
We are required to manage records produced by contractors, to comply with the State Records Commission Standard 6 which applies specifically to outsourcing.
Contractors need to meet the records management obligations specified in the Record Keeping Code of Practice for the Management of Contract Records including requirements specified in the Contract Recordkeeping Plan (RKP) - Compliance Guidelines.
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 |
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 |
Kimberley Network Contract
A unique delivery model is in place whereby routine maintenance is undertaken via a network contract, and a direct contracting approach is used to deliver the remainder of the work programs.
Contractor |
Current Contract Expiry |
MACA Infrastructure Pty Ltd |
February 2026 |
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 |
Allroads Pty Ltd |
Georgiou Group Pty Ltd |
BMD Construction Pty Ltd |
Highway Construction Pty Ltd |
Bocol Constructions Pty Ltd |
Keslake Group Pty Ltd |
CareyMC Pty Ltd |
Leeuwin Civil Pty Ltd |
Central Earthmoving Company Pty Ltd |
Lendlease Services Pty Ltd |
Civcon Civil & Project Management Pty Ltd |
MACA Civil Pty Ltd |
Decmil Southern Pty Ltd |
Raubex Constructions Pty Ltd |
DeGrey Civil Pty Ltd |
Ventia Pty Ltd |
Densford Civil Pty Ltd |
WA Limestone Contracting Pty Ltd |
Enviro Infrastructure Pty Ltd |
WBHO Infrastructure Pty Ltd |
Ertech 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 2023
Adventeering Civil Engineers |
Fulton Hogan Industries Pty Ltd |
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 |
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 |
|
State-wide Road Marking Panel Contract
Setup primarily to maintain all road markings on all public roads. The contract also includes installation of new road markings (e.g. for reseals and some new roads), audible lines and innovative long-life road marking treatments.
The current contract expires in December 2025
Fulton Hogan Industries Pty Ltd |
Supalux Linemarkers Pty Ltd |
Intersectional Linemarkers Pty Ltd |
TAGSAT Pty Ltd (t/a Retro Roads) |
Linemarking WA Pty Ltd |
Workforce Road Services Pty Ltd |
Road and Traffic Services Pty Ltd |
|
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 Contract for the Provision of Maintenance for Sweeping & Drainage services
- Contract No.: 00200/22
- Date Opened: 18/05/2023
Tenders received have been listed in alphabetical order of name. No checks for conformity with tender requirements, alternative tenders or arithmetic errors have been made at this stage; THEREFORE TENDERERS SHOULD NOTE THAT THIS LIST IS SUBJECT TO CHANGE OF ORDER AND THE REMOVAL OF NON-CONFORMING TENDERS.
Cleanaway Operations Pty LtdDowner EDi Works Pty Ltd
Drainflow Services Pty Ltd
EWCS & Enviro Sweep (EWCS Unit Trust)
Keslake Group
MMM WA PTY LTD (MMM (WA) PTY LTD)
Specialized Cleaning Group Pty Ltd T/A Clean Sweep And Specialized Sweeping Services
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.
Panel Contract for the Provision of Maintenance for Vegetation services
- Contract No: 0201/22
- Date Opened: 27/04/2023
Tenders received have been listed in alphabetical order of name. No checks for conformity with tender requirements, alternative tenders or arithmetic errors have been made at this stage; THEREFORE TENDERERS SHOULD NOTE THAT THIS LIST IS SUBJECT TO CHANGE OF ORDER AND THE REMOVAL OF NON-CONFORMING TENDERS.
CK Crossland Contracting
DM Roads
Environmental Industries Pty Ltd
Adelby Pty Ltd
Gambara Pty Ltd
Gecko Contracting Turf & Landscape Maintenance
Norcape Tree & Contracting Services Pty Ltd
Indigenous Contracting Western Australia
Intelife Group Pty Ltd
Jim’s Trees Willetton
Lovegrove Turf Services
Martins Environmental Services
Professional Tree Solutions
Thomas Contracting Services Pty Ltd
Tiger Pest And Weed Control
Total Tree Service
Website Weed And Pest WA Pty Ltd
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 New Fitzroy River Bridge
- Contract No.: 0176/22
- Date Opened: 15/02/2023
Tenders received have been listed in alphabetical order of name. No checks for conformity with tender requirements, alternative tenders or arithmetic errors have been made at this stage; THEREFORE TENDERERS SHOULD NOTE THAT THIS LIST IS SUBJECT TO CHANGE OF ORDER AND THE REMOVAL OF NON-CONFORMING TENDERS.
Acciona MACA JV
Bouygues Construction Australia Pty Ltd
Decmil Southern Pty Ltd
Downer EDI Works Pty Ltd
Fitzroy Valley Alliance (Georgiou Group & BMD Constructions Pty Ltd (WA) JV)
Highway / Albem Joint Venture (HAJV)
NRW Pty Ltd
Seymour Whyte Constructions Pty Ltd and Melchor Contracting Pty Ltd
SRG Global Infrastructure WA Limestone JV
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.
Marble Bar Road Upgrade (M030) SLK 119.50 to 218.51
- Contract: 0124/21
- Date Opened: 15/12/2022
Tenders received have been listed in order of Value Ascending. No checks for conformity with tender requirements, alternative tenders or arithmetic errors have been made at this stage; THEREFORE TENDERERS SHOULD NOTE THAT THIS LIST IS SUBJECT TO CHANGE OF ORDER AND THE REMOVAL OF NON-CONFORMING TENDERS.
- NRW Holdings Limited - $ 363,552,253.91
Expression of Interest - Design and Construct of Reid Highway Grade Separation - Altone Road and Drumpellier Drive/Daviot Road
- Contract No.: 0091/21
- Date Opened: 14/12/2022
Expression of Interest Tenders received have been listed in alphabetical order of name. No checks for conformity with tender requirements, alternative tenders or arithmetic errors have been made at this stage; THEREFORE TENDERERS SHOULD NOTE THAT THIS LIST IS SUBJECT TO CHANGE OF ORDER AND THE REMOVAL OF NON-CONFORMING TENDERS.
- BMD Constructions Pty Ltd (WA)
- Decmil Southern Pty Ltd
- Georgiou Group Pty Ltd
- NRW Holdings Limited
- Seymour Whyte Constructions Pty Ltd
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.
Kimberley 3 Bridges Project - Great Northern Highway - Kimberley Region
- Contract No.: 0027/21
- Date Opened: 16/11/2022
Tenders received have been listed in alphabetical order of name. No checks for conformity with tender requirements, alternative tenders or arithmetic errors have been made at this stage; THEREFORE TENDERERS SHOULD NOTE THAT THIS LIST IS SUBJECT TO CHANGE OF ORDER AND THE REMOVAL OF NON-CONFORMING TENDERS.
- Downer EDI Works Pty Ltd
- Fortec Australia Pty Ltd
Design and Construct of Mandurah Estuary Bridge Duplication
- Contract: 0151/21
- Date opened: 26/08/2022
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.
- BMD Constructions Pty Ltd
- Georgiou Group Pty Ltd
- Seymour White Constructions Pty Ltd