Design and construct staff houses, Pond Inlet Nunavut

Status Awarded

Contract number 5P468-23-0008

Solicitation number 5P468-23-0008/A

Publication date

Contract award date

Contract value

CAD 8,396,850.00

    Description

    This contract was awarded to:

    Inukshuk Construction Ltd.

    5P468-23-0008/A - Design and construct staff houses, Pond Inlet, Nunavut

    This procurement is reserved for beneficiaries of the following Comprehensive Land Claims Agreement(s) (CLCAs): Nunavut Land Claims Agreement under the Treasury Board Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area.

    The invitation is limited to Inuit Firms that are registered on the Inuit Firm Registry (IFR). To be eligible for contract award, Inuit businesses must register with the Inuit Firm Registry (IFR) prior to award: https://inuitfirm.tunngavik.com/

    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 bid solicitations 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 further qualifications and 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 a REQUEST FOR PORPOSAL (RFP) for further qualifications and the financial evaluation in relation to the specifications and drawings. Please note that the RFP used in Stage 2 of this process will be a Two-Envelope RFP with a technical evaluation component, Indigenous/Inuit Benefits Plan (IBP) and price evaluation component.

    LIST OF PRE-QUALIFIED BIDDERS:

    A list of pre-qualified bidders from Stage One will not be released. Contract award notice of the successful bidder of Stage Two will be posted on http://canadabuys.canada.ca/en/tender-opportunities

    REQUIREMENT

    The scope includes the design and construction of staff housing within a triplex and duplex (known as the Units) in Pond Inlet, Nunavut. The Units will be built on three adjacent greenfield lots within Pond Inlet that are being leased to Parks Canada Agency. The Units are going to be built and operated in harsh arctic climatic environment. Materials selected shall be durable and low maintenance with replacement materials that are easily sourced to be transported from the port of Montreal to Pond Inlet via sealift. All five Units will be generally identical in size and form, with the central Unit in the triplex being adapted to having one less exterior wall.

    Each living space of the units contains at minimum 3 bedrooms, a sealift room, and 2 full bathrooms. The net total of each living space is approximately 150m2.

    The Units will be required to be energy efficient and well insulated to a minimum performance standard. For reference, target is for the Units to be designed and constructed to obtain a maximum of Thermal Energy Demand Intensity (TEDI) of 110 kWh/m2*y and Mechanical Energy Use Intensities (MEUI) of 175 kWh/m2*y.

    To complete this project, a Design/Build project delivery method was selected. The Proponent Team will need to leverage the expertise of individuals having a detailed understanding of construction in Nunavut and high efficiency buildings.

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

    PERIOD OF CONTRACT / DELIVERY DATE

    Contractor shall perform and complete the Work no later than TBD in stage 2.

    COMPREHENSIVE LAND CLAIMS AGREEMENT

    This procurement is subject to the following comprehensive Land Claims Agreement(s):

    • Nunavut

    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 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

    4 Ayaruaq St, PO Box 654

    Rankin Inlet, Nunavut, X0C 0G0
    Canada
    Notice type
    Invitation to Qualify
    Procurement method
    Competitive - Traditional
    Language(s)
    English
    ,
    French
    Selection criteria
    Variations or combinations of the above methods
    Region(s) of delivery
    Nunavut Territory

    Contract duration

    The contract will be for a period of 41 month(s), from 2023/11/01 to 2027/03/31.

    Commodity - UNSPSC

    • 72110000 - Residential building construction services
    • 72131500 - Residential construction

    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
    Address

    3 Passage du Chien-d'Or

    Quebec City, Quebec, 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: