SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Victoria Island Site Remediation Project Phase 3a

Status Expired

Contract number PO-017504

Solicitation number NR215

Publication date

Contract award date

Last amendment date

Contract value

CAD 3,349,543.06

    Description

    This contract was awarded to:

    ROSHO Demolition JV

    DESCRIPTION:
    Excavation of Contaminated Soil
    The successful Contractor will be responsible for environmental site remediation of the greenspace area west of Portage Bridge, north of Middle Street on Victoria Island. Work includes the excavation of all overburden material and concrete foundations to the top of intact bedrock surface within the remediation limits, for transportation and disposal at a Ministry of the Environment, Conservation and Parks (MECP) approved disposal facility, with some exception where overburden material will remain in place. Included in the work is the segregation of clean soil to be stockpiled for use in final backfill, and protection and cleaning of the bedrock surface.

    Site reinstatement
    Following acceptance of remedial conditions, the successful contractor will be responsible for site reinstatement with suitable soil backfill to specified grades, including the placement of topsoil and hydroseed.

    Fencing
    To control access and facilitate the work, the successful contractor will be responsible for the removal and/or installation of new fencing at various locations on the site.

    TECHNICAL QUALIFICATION FOR GENERAL CONTRACTORS, AND, SOCIO-ECONOMIC BENEFITS TO INDIGENOUS PEOPLE AND INDIGENOUS FIRMS OF THE ALGONQUIN FIRST NATION

    General Contractor’s Qualification Statement / Company Profile
    • Complete the General Contractor’s Qualification Statement / Company Profile sections in its entirety.

    General Contractor’s Experience and Client References
    - The one (1) project example submitted must be significant and a recent remediation project completed in the last seven (7) years and involve remediation
    activities comparable in scale and scope to the work of the NCC – Victoria Island Phase 3a remediation project.
    • The one (1) project example shall have a minimum remediation value of $2 million including taxes.
    • The references provided must confirm that they were satisfied with the performance of the General Contractor. References will be contacted.

    Site Superintendent’s Experience
    • Site Superintendent’s Experience must have a minimum 10 years’ experience in the environmental/remediation industry including 10 years’
    experience in overall management (i.e. responsibility for project budget, allocation of technical personnel, and adherence to project schedule) of soil
    and contaminated sites remediation projects, and
    • Site Superintendent must have managed one (1) remediation project with a cost of $2 million or greater (including taxes) within the last seven (7)
    years.

    As part of Canada’s commitment to support its First Nations population, this procurement also aims to provide specific socio-economic benefits to Indigenous People and Indigenous Firms of the Algonquin Nation. To fulfill this objective, the Bidder is strongly encouraged to build an inclusive contracting team by contacting the Algonquin Nation and/or Algonquin companies to discuss and/or secure the participation of Algonquin companies in the work. Contact information for Algonquin communities and organizations is provided with the Advance Notice to Vendors of Planned Procurement for the Environmental Remediation of Victoria Island (Phase 3a), Ottawa, Ontario which was published on CanadaBuys.ca on December 20, 2022. Advance Notice to Vendors of Planned Procurement for the Environmental Remediation of Victoria Island (Phase 3a), Ottawa, Ontario - Tender Notice | CanadaBuys
    In the evaluation of bids, proponents will be awarded points for involving Algonquin companies and/or individuals in the project as Prime or subcontractor(s) to deliver trades or services required for the successful completion of the project. The Bidder will be required to specify within its bid the exact dollar value of work as well of the type of work allocated to Algonquin companies (as Prime or subcontractor) in the completion of the scope of work as defined in the specifications.

    SITE VISIT:
    A NON-MANDATORY site visit will be held on April 5, 2023 at 10 am Eastern Daylight Saving Time (EDT). The meeting place will be at 150 Middle Street, Victoria Island, Ottawa, ON
    All costs incurred by the Bidder to attend the site visit will be at their expense. The NCC will not reimburse any Bidder for expenses related to the site visit.

    BASIS OF SELECTION:
    The active participation of the Algonquin Nation is a very important (but not a mandatory) bidding requirement as part of this project on Victoria Island. All Bidders that pass the mandatory technical criteria will also be evaluated based on proposed Algonquin participation in the project. The Bidder with the best highest value score between lowest compliant price (maximum 85 points) and Algonquin participation (maximum 15 points) will be recommended for contact award.
    The scoring methodology for the tender is as follows:
    The lowest compliant price will receive 85 points. The subsequent Bidders scores will be prorated from the lowest compliant price. These scores will then be added to the points awarded for Algonquin participation to determine Bidders’ final scores.
    Points awarded for Algonquin participation will be evaluated as follows:
    •Bidders are to list the value of work (excluding taxes) assigned to, and to be performed by Algonquin individuals and/or companies (either as Prime or subcontractor) on the tender form in this annex, as well as a brief description of the work to be performed by the Algonquin company or individual(s). Note that costs for disposal of overburden material and supply of select subgrade material are ineligible costs for Algonquin participation and are therefore not included on the tender form in this Annex.
    •The NCC will then sum these dollar values and evaluate the percent participation directly related to Algonquin content.
    •The percent participation directly related to Algonquin content will be calculated as a percentage of the value of the contract (excluding the cost for disposal of overburden material and supply of select subgrade material) to be performed by Algonquin individuals and/or companies (as Prime or subcontractor) prorated out of 15.
    •If an Algonquin-owned firm subcontracts portion(s) of the work to a non-Algonquin firm, they will only receive Algonquin participation points for the portion of work performed by themselves. Work subcontracted to and performed by a non-Algonquin owned company does not qualify as Algonquin participation.
    •In the case of a Joint Venture (JV), at least 51% of the JV must be owned by an Algonquin business, and at least 30% of the total value of the work assigned to the JV must be performed by the Algonquin partner (as identified in the financial proposal).

    The official Government Electronic Tendering Service website is canadabuys.canada.ca.

    Please ensure that you download your document from this site, in order to obtain all information related to the tender. It is your responsibility to ensure that you have received all the posted tender information to ensure tender compliance and not be disqualified.

    TERM:
    The term of the resulting Contract will be from date of award until October 31, 2023.

    BID DEADLINE:
    No later than 3 p.m. EDT on May 1, 2023 by email at Bids-soumissions@ncc-ccn.ca with a reference to tender file #NR215.

    INQUIRIES:
    To ensure the integrity of this procurement process, all enquiries and other communications must be directed only to Micheline Al-Koutsi, Senior Contract Officer by email at micheline.al-koutsi@ncc-ccn.ca no later than seven (7) calendar days before bid closing in order to be considered by the NCC.

    Throughout the bid solicitation period, the NCC shall endeavor to provide responses to inquiries (by the issuance of addenda) deemed relevant by the NCC and received in writing by the Contracting Authority. Only information provided in addenda shall be an integral part of the Contract.

    All addendums will be posted on canadabuys.canada.ca.

    Interested proponents must not contact any other employee of the NCC, or other persons involved in this solicitation to discuss questions regarding the tender process. Non-compliance with this requirement during the solicitation period may, for that reason alone, result in disqualification of a proponent.

    Note: The bid email has a maximum capacity of 30 megabytes.

    Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.

    There is no public opening scheduled.

    Business address

    810 Second Street West

    Cornwall, Ontario, K6J 1H6
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Variations or combinations of the above methods
    Region(s) of delivery
    Ottawa

    Contract duration

    The contract will be for a period of 6 month(s), from 2023/05/01 to 2023/10/31.

    Commodity - UNSPSC

    • 11110000 - Earth and stone
    • 22101500 - Earth moving machinery
    • 72120000 - Nonresidential building construction services
    • 72141128 - Public square construction and or remodelling service
    • 72141129 - Park and garden construction and or remodelling service
    • 72141505 - Earthmoving 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
    National Capital Commission
    Address

    202-40 Elgin Street

    Ottawa, Ontario, K1P 1C7
    Canada
    Contracting authority
    Micheline Al-Koutsi
    Phone
    (343) 552-5974
    Email
    micheline.al-koutsi@ncc-ccn.ca
    Address

    202-40 Elgin Street

    Ottawa, Ontario, K1P 1C7
    Canada
    Date modified: