U-88 Fall Arrest

Status Expired

Contract number 1006260

Solicitation number 22-58157

Publication date

Contract award date

Last amendment date

Contract value

CAD 236,380.00

    Description

    This contract was awarded to:

    Serge Zimola Construction Inc.

    BUY AND SELL NOTICE

    U-88 Fall Arrest
    The National Research Council Canada, 2320 Lester Road Ottawa, has a requirement for a project that
    includes:
    Work under this contract covers the installation of a fall arrest system supporting a structural frame and
    mezzanine structural modifications in the Climatic Chamber of Building U88, located on the Lester Road
    Campus of the National Research Council of Canada.
    MANDATORY CRITERIA

    EVALUATION PROCEDURES

    The construction tender form (bid) will be evaluated and scored in accordance with specific evaluation
    criteria as detailed herein. It is imperative that these criteria be addressed in sufficient depth in the tender
    form to fully describe the Proponent’s response.

    You are invited to submit one electronic Technical Proposal and one electronic Financial Proposal in two
    separate attachments to fulfil the following requirement forming part of this Request for Proposal. One
    attachment must be clearly marked ‘Technical Proposal’ and the other attachment must be marked
    ‘Financial Proposal’. All financial information must be fully contained in the Financial Proposal, and only in
    the Financial Proposal. Proponents who provide financial information in the technical proposal will be
    disqualified.

    MANDATORY CRITERIA:

    The Construction Tender Form (bid) will be evaluated to determine if all mandatory requirements detailed
    in this Table "Mandatory Criteria" have been met.

    Any Tender Form which fails to meet any of the mandatory requirements will be considered non-compliant
    and will not be given further consideration.

    In the table below include the page number(s) of your bid form that demonstrates you meet that specific
    requirement.
    MANDATORY CRITERIA

    Item Mandatory Criteria

    Bid Form
    Page # (s)
    (Proponent to
    Insert)

    1 The Proponent must have a minimum of ten (10) years’ experience as a
    general contractor providing construction services comparable to this
    tender. Provide two (2) project examples, including approximate value of
    work and a client reference for each project. Provide a company profile
    and relevant history. A total of four pages (letter size) maximum for this
    criteria.

    2 The Proponent must supply the CV for the proposed company
    construction site supervisor. The proposed construction site supervisor
    must possess a minimum of 7 years’ experience in contract/construction
    administration, as a site supervisor or similar position. Two pages (letter
    size) maximum for this criteria.

    3 The Proponent must supply the CV for the proposed company Project
    manager. The proposed project Manager must possess a minimum of 7
    years’ experience in contract/construction administration, as a Project,
    Manager or similar position. Two pages (letter size) maximum for this
    criteria.

    1. GENERAL
    Questions regarding any aspect of the project are to be addressed to and answered only by the
    Departmental Representative (or his designate) or the Contracting Authority.
    Any information received other than from the Departmental Representative (or his designate) or
    the Contracting Authority will be disregarded when awarding the contract and during construction.
    Firms intending to submit tenders on this project should obtain tender documents through the
    CanadaBuys.canada.ca TMA services provider. Addenda, when issued, will be available from the
    CanadaBuys.canada.ca TMA service provider. Firms that elect to base their bids on tender
    documents obtained from other sources do so at their own risk and will be solely responsible to
    inform the tender calling authority of their intention to bid. Tender packages are not available for
    distribution on the actual day of tender closing.
    2. MANDATORY SITE VISIT
    It is mandatory that the bidder attends one of the site visits at the designated date and time. At
    least one representative from proponents that intend to bid must attend. The site visits will be held
    on April 25th and April 26th, 2023 at 9:00am. Meet Allan Mackenzie at Building U-88, Main Entrance,
    2023 Lester Road Ottawa, ON. Bidders who, for any reason, cannot attend one of the specified
    dates and time will not be given an alternative appointment to view the site and their tenders,
    therefore, will be considered as non-responsive. NO EXCEPTIONS WILL BE MADE.
    - At the site visit, to limit contact and risks:
    o The proponents will sanitize their hands at the hand sanitizing station.
    o The proponents will be asked to sign the Attendance Form. It is the responsibility of
    all proponents to verify information on the Attendance Form.
    o The site visits could take longer than usual, therefore anticipate a longer meeting
    duration.
    o Physical distancing: keeping a distance of at least 2 arms-length (approximately 2
    meters) from others may not be possible at all times, therefore the use of NRC issued
    disposable face coverings to reduce the risk of transmission of COVID-19 is
    mandatory.
    o The proponents shall not impede safe access to and from the facility.
    - Proposals submitted by bidders who have not attended the site visit or failed to submit their
    identification and contact information at the site visit will be deemed non-responsive.

    3. INQUIRIES
    If you require clarification regarding any aspect of this RFP, address all queries to the Contracting
    Authority, identified below, at least 10 working days before the closing date. All queries must be in
    writing and queries received less than 10 working days prior to the closing date cannot be
    guaranteed a response. Information received verbally will not be binding upon the NRC.
    Tania Backes
    Contracting Authority, Procurement Services
    National Research Council Canada
    Tania.Backes@nrc-cnrc.gc.ca
    4. CLOSING DATE
    Closing date is May 16, 2023 at 2pm EDT
    5. TENDER RESULTS
    Following the evaluation of bids, the tender results will be sent by email to all Contractors who
    submitted a tender.
    6. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
    6.1 MANDATORY SECURITY REQUIREMENT:

    This procurement contains a mandatory security requirement as follows:
    1. The Contractor must, at all times during the performance of the Contract, hold a valid
    Designated Organization Screening (DOS), issued by the Canadian Industrial Security
    Director (CISD), Public Works Government Services Canada.
    2. The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid
    RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    3. The Contractor must comply with the provisions of the:
    a. Security Requirements Checklist attached at Appendix “D”
    b. Industrial Security Manual (Latest Edition) available at: https://www.tpsgc-
    pwgsc.gc.ca/esc-src/msi-ism/index-eng.html

    7. VERIFICATION OF SECURITY CLEARANCE AT BID CLOSING
    1. The Bidder must hold a valid Designated Organization Screening (DOS) issued by the
    Canadian Industrial Security Directorate (CISD), Public Works and Government Services
    Canada (PWGSC), TO BE INCLUDED WITH THEIR TENDER OR PROVIDED WITHIN 48
    HOURS FROM THE DATE AND TIME OF TENDER CLOSING. Verifications will be made
    through CISD to confirm the security clearance status of the Bidder. Failure to comply with
    this requirement will render the bid non-compliant and no further consideration will be given
    to the bid.
    2. Within 72 hours of tender closing, the General Contractor must name all of his sub-
    contractors, each of whom must hold a valid RELIABILITY STATUS, granted or approved
    by CISD/PWGSC, or any other Federal Department or Agency along with the names and
    birthdates or security clearance certificate numbers of all personnel who will be assigned to
    the project.

    3. It is to be noted that any subcontractor required to perform any part of the work during the
    performance of the subsequent contract must also adhere to the mandatory security
    requirement of the contract. As well, no personnel without the required level of security will
    be allowed on site. It will be the responsibility of the successful bidder to ensure that the
    security requirement is met throughout the performance of the contract. The Crown will not
    be held liable or accountable for any delays or additional costs associated with the
    contractor’s non-compliance to the mandatory security requirement. Failure to comply with
    the mandatory security requirement will be grounds for being declared in default of contract.
    4. For any enquiries concerning the project security requirement during the bidding period, the
    Bidder/Tenderer must contact the Security Officer @ 613-993-8956.

    8. WSIB (WORKPLACE SAFETY AND INSURANCE BOARD)
    All Bidders must provide a valid WSIB certificate with their Tender or prior to contract award.
    9. OFFICE OF THE PROCUREMENT OMBUDSMAN
    1. Clause for solicitation documents and regret letters for unsuccessful bidders
    The Office of the Procurement Ombudsman (OPO) was established by the Government of
    Canada to provide an independent venue for Canadian bidders to raise complaints regarding
    the award of federal contracts under $25,300 for goods and under $101,100 for services.
    Should you have any issues or concerns regarding the award of a federal contract below these
    dollar amounts, contact OPO by e-mail at boa.opo@boa-opo.gc.ca, by telephone at 1-866-
    734-5169, or by web at www.opo-boa.gc.ca. For more information about OPO, including the
    available services, please visit the OPO website.
    2. Contract Administration
    The parties understand that the Procurement Ombudsman appointed pursuant to Subsection
    22.1 (1) of the Department of Public Works and Government Services Act will review a
    complaint filed by the complainant respecting the administration of the Contract if the
    requirements of Subsection 22.2(1) of the Department of Public Works and Government
    Services Act and Sections 15 and 16 of the Procurement Ombudsman Regulations have been
    met.
    To file a complaint, the Office of the Procurement Ombudsmai1 may be contacted by e-mail at
    boa.opo@boa-opo.gc.ca, by telephone at 1-866-734-5169, or by web at www.opo-boa.gc.ca.
    3. Dispute Resolution
    The Parties agree to make every reasonable eff01i, in good faith, to settle amicably all disputes
    or claims relating to or arising from the Contract, through negotiations between the Parties’
    representatives authorized to settle. If the Parties do not reach a settlement within 10 working
    days, each party hereby consents to fully participate in ai1d bear the cost of mediation led by
    the Procurement Ombudsman pt1rsuai1t to Subsection 22.1(3)(d) of the Department of Public
    Work and Government Services Act and Section 23 of the Procurement Ombudsman
    Regulations.
    The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-
    5169, by e-mail at boa.opo@boa-opo.gc.ca, or by web at www.opo-boa.gc.ca.

    The Departmental Representative or his designate for this project is: Allan Mackenzie
    Allan.Mackenzie@nrc-cnrc.gc.ca
    Telephone: 613-229-1095
    Contracting Authority for this project is: Tania Backes
    Tania.Backes@nrc-cnrc.gc.ca

    Business address

    2 Cedar Road

    Ottawa, Ontario, K1J 6L4
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Lowest Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 2 month(s), from 2023/05/31 to 2023/07/26.

    Commodity - UNSPSC

    • 72120000 - Nonresidential building construction services
    • 72121100 - Commercial and office building construction services

    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
    National Research Council Canada
    Address

    1200 Montreal Rd

    Ottawa, Ontario, K1A 0R6
    Canada
    Contracting authority
    Tania Backes
    Phone
    (613) 410-3834
    Email
    tania.backes@nrc-cnrc.gc.ca
    Address

    1200 Montreal Rd

    Ottawa, Ontario, K1A 0R6
    Canada
    Date modified: