Flight Recorder and Playback Centre Renovation

Status Awarded

Contract number 1014190

Solicitation number 23-58167

Publication date

Contract award date

Contract value

CAD 1,287,974.00

    Description

    This contract was awarded to:

    Jean Daoust Construction Inc.

    23-58167
    Flight Recorder and Playback Centre Renovation

    You are invited to submit one electronic Technical Proposal and one electronic Tender Form 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 ‘Tender Form’. All financial information must be fully contained in the Tender Form, and only in the Tender Form. Vendors who provide financial information in the technical proposal will be disqualified. All proposals should include the front page of this RFP duly completed.

    The National Research Council Canada, 1920 Research Road Ottawa, has a requirement for a project that includes:

    The proposed scope of work includes the Flight Recorder and Playback Center located in rooms (151, 151A, 151B, 151C) and the instrumentation shop room 152 in U61 requires upgrades to the walls, floor, lighting and ventilation located at the Upland Campus of the National Research Council of Canada.

    Tender Destination

    a) Tenders are to be submitted by email only:
    National Research Council Canada

    NRC.BidReceiving-ReceptiondesSoumissions.CNRC@nrc-cnrc.gc.ca

    Endorsed “Tender for (insert title of work as it appears in the drawings and specifications)” and must bear the name and address of the tenderer.

    b) Unless otherwise specified, the only documents required to be submitted with the tender are the Tender form and the Bid Security.

    Selection Criteria

    Potential bidders will be rated in a combination of technical score and price rating. For this project the total score will be established as follows:

    Technical rating 40% = Technical Score (Points)
    Price rating 60% = Price Score (Points)
    Total Score = Max. 100 points

    Mandatory requirements

    Failure to meet the mandatory requirement will render the proposal as non-responsive and no further evaluation will be carried out.

    Item Mandatory Requirements Proposal Page #(s)

    1 The Proponent must have a minimum of ten (10) years’ experience in the execution and as a contractor providing construction services comparable to this tender. Provide a company profile and relevant history as described in item #1 of the evaluated technical criteria.
    2 The Proponent must supply a CV for the proposed construction site supervisor.
    3 The Proponent must supply a CV for the proposed construction Project Manager.

    Include this table with your proposal and indicate the proposal page where the information can be found.

    Any Proposal which fails to meet any of the following mandatory requirements will be considered non-compliant and will not be given further consideration. Each requirement should be addressed separately.

    Evaluated Technical Criteria

    Item Evaluated Technical Criteria Proposal Page # (s) Max Score

    1 Demonstrated experience by the Proponent providing general construction services relevant to this project. Include 2 comparable projects completed by the proponent’s firm in the last 10 years with reference names & phone numbers. Maximum 1 page per project. Evaluations will take into account relevance compared to the scope of this tender (up to 3 point for each example project) and whether the reference was satisfied with the work completed (up to 1 point for each example project). It is the responsibility of the bidder to ensure the contact information for the reference is accurate. If the reference cannot be reached or declines to provide input the proponent will received a score of 0/1 for that example. 8
    2 Qualifications and overall experience of proposed construction site supervisor and Project Manager. CV will be scored on the basis of related experience (up to 2 points), experience acting as a construction site supervisor on federal government construction projects (up to 2 points) and experience on federal government Project for the Manager (up to 3 points). Include detailed examples of 2 past projects for the construction site supervisor who was in that position for at least 80% of the duration of those projects. CV should be no longer than 3 pages. 7
    3 Provide company profile for asbestos abatement sub-contractor. Include 3 comparable projects completed by the proponents firm in the last 5 years that demonstrate experience relevant to the asbestos abatement scope of work for this tender. Evaluation will consist of (1 point) for 10-15 years in business, (2 points) for over 15 years in business and up to 1 point for each comparable project (up to 3 Points). 5
    4 The Proponent must provide their construction schedule for this project, from award to final completion, detailing major milestones, critical path elements, and associated timelines. Schedule evaluation will be based on whether it meets the completion date noted in the tender documents (up to 2 points), and if the tasks and associated timelines demonstrate the contractor understands the scope of work (up to 3 points). 5
    Total 25

    Include this table with your proposal and indicate the proposal page where the information can be found.

    Evaluation and Rating

    Financial Proposal will remain sealed and only the technical components of the proposals considered responsive will be reviewed, evaluated and rated by a NRC Evaluation Board in accordance with the criteria listed in the evaluated technical criteria table.

    No further consideration will be given to proponents not achieving the pass mark of 17.5 out of 25 (70%). The successful Bidder shall be the one who accumulates the highest combined score of the technical assessment (40%) and tendered amount (60%), as shown below:

    TABLE A Bidder #1 Bidder #2 Bidder #3
    Technical score 18 out of 25 20 out of 25 23 out of 25
    Tendered amount $190,000 $200,000 $210,000

    For information only:
    Technical score (40%) Tendered amount score (60%) Final score
    Bidder #1 18/25 X 40(%) = 28.8 190 k X 60(%) = 60
    190 k = 88.8

    Bidder #2 20/25 X 40(%) = 32 190 k X 60(%) = 57
    200 k = 89

    Bidder #3 23/25 X 40(%) = 36.8 190 k X 60(%) = 54.3
    210 k = 91.1
    (successful bid)

    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 Buyandsell.gc.ca TMA services provider. Addenda, when issued, will be available from the Buyandsell.gc.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 November 28th and November 29th 2023 at 9:30am. Meet Benoit Huot at 1920 Research Road, Building U61, Main Entrance, Ottawa, ON. Bidders who, for any reason, cannot attend at the specified date 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.

    As proof of attendance, at the site visit, the Contracting Authority will have an Attendance Form which MUST be signed by the bidder’s representative. It is the responsibility of all bidders to ensure they have signed the Mandatory Site Visit Attendance form prior to leaving the site. Proposals submitted by bidders who have not attended the site visit or failed to sign the Attendance Form will be deemed non-responsive.

    3. CLOSING DATE

    Closing date is December 14th, 2023, 14:00

    4. TENDER RESULTS

    Following the Tender closing, proposals will be evaluated and notice of individual results will be sent by email to all Contractors who submitted a tender.

    5. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS

    5.1 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

    5.2 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.

    6. WSIB (WORKPLACE SAFETY AND INSURANCE BOARD)

    All Bidders must provide a valid WSIB certificate with their Tender or prior to contract award.

    7. 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: Benoit Huot
    Benoit.Huot@nrc-cnrc.gc.ca
    Telephone: (613) 808-3650

    Contracting Authority for this project is: Collin Long
    Collin.Long@nrc-cnrc.gc.ca

    Business address

    220 - 2379 Holly Lane

    Ottawa, Ontario, K1V 7P2
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Ottawa

    Contract duration

    The contract will be for a period of 7 month(s), from 2023/12/20 to 2024/07/31.

    Commodity - UNSPSC

    • 72130000 - General building 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
    National Research Council Canada
    Address

    1200 Montreal Road

    Ottawa, Ontario, K1A 0R6
    Canada
    Contracting authority
    Collin Long
    Phone
    (343) 549-1549
    Email
    Collin.Long@nrc-cnrc.gc.ca
    Address

    1200 Montreal Road

    Ottawa, Ontatrio, K1A 0R6
    Canada
    Date modified: