Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Niagara Shoreline Protection, Fort Mississauga Historic National Site

Status Expired

Contract number 5P468-23-0137/A

Contract value :

CAD 4,179,305.00

Solicitation number 5P468-23-0137/A

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    Rankin Construction Inc

    5P468-23-0137/A Stage 1 - Niagara Shoreline Protection, Fort Mississauga Historic National Site

    BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.

    PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT.

    BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.

    The only acceptable email address for responses to the bid solicitation is soumissionsami-bidsrpc@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted.

    The only acceptable facsimile for responses to bid solicitations is 1-855-983-1808.

    The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size.

    The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2).

    Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments.

    SPECIAL INSTRUCTIONS TO BIDDERS (SI)

    This is a two stage selection process. Bidders responding to this selection process are requested to submit a bid in two stages. This posting is the first stage (Stage One) of a two-stage solicitation process: the first stage will evaluate the qualifications of all interested suppliers; the second stage (Stage Two) will invite the qualified suppliers to provide a financial bid on the project based on the specifications and drawings. Upon award of contract in Stage Two the pre-qualification list will expire and will not be used in any other solicitation. The qualification list will expire within 180 days or upon award of a contract in Stage Two, whichever is earlier, and the prequalification list will not be used in any other solicitation.

    Following the evaluation of the submissions of Stage One, bidders will be advised of their qualification result and the status of the tender. Stage Two Bidders will be provided an INVITATION TO TENDER (ITT) for the financial evaluation in relation to the specifications and drawings. Please note that the ITT used in Stage 2 of this process will be a Single Envelope ITT with a Low Price Basis of Selection.

    REQUIREMENT

    The project consists of the construction of approximately 500m of revetment wall and access areas, at Fort Mississauga National Historic Site, which includes but is not limited to: The supply and installation of armour stone, rip-rap, gabion stone, and aggregates for the revetment complete with new trail access.

    To assist with bonding and insurance requirements, this project is estimated at a value between $1,000,001 > $5,000,000, Taxes extra.

    ENQUIRIES

    All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority.

    Enquiries regarding this solicitation must be submitted in writing and should be received no later than five (5) business days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided.

    INFORMATION

    National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act.

    Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at http://canadabuys.canada.ca/en/tender-opportunities. Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered.

    The Crown retains the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation.

    Business address

    101-20 Corporate Park drive

    St. Catharines, Ontario, L2S 3W2
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive - Traditional
    Language(s)
    English
    ,
    French
    Selection criteria
    Variations or combinations of the above methods
    Region(s) of delivery
    Canada

    Contract duration

    The contract will be for a period of 18 month(s), from 2023/09/11 to 2025/03/31.

    Commodity - UNSPSC

    • 72140000 - Heavy construction services
    • 72141121 - Water main construction service

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Parks Canada Agency
    Address

    3 Passage du Chien-d'Or

    Quebec City, Québec, G1R 3Z8
    Canada
    Contracting authority
    Cloë Pelland Tessier
    Phone
    (418) 928-7252
    Email
    cloe.pelland-tessier@pc.gc.ca
    Fax
    1-855-983-1808
    Date modified: