M-32 Basin Renewal

Status Awarded

Contract number 813731

Solicitation number 13-22041

Publication date

Contract award date

Contract value

CAD 477,000.00

    Description

    This contract was awarded to:

    Dalcon Enterprises Inc.
    Demolish and rebuild the large concrete wave basin located inside building M-32.
    
    COMPLETION: All site work is to be completed between September 16th , 2013 and December 20th, 2013 
    
    MANDATORY SITE VISIT
    
    ALL INVIVIDUALS ATTENDING THE MANDATORY SITE SHOWINGS ARE REQUIRED TO WEAR CSA APPROVED GLASSES AND FOOTWEAR
    
    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 July 17th  and July 18th  , 2013  at 9:00 . Meet   Chris Day 613 993-3118 at Building M-32, 1200 Montreal Road Campus, Ottawa, Ontario. 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.
    
    Firms intending to submit tenders on this project should obtain tender documents through the Buyandsell.gc.ca TMA service 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.
    
    The plans and specifications are available for viewing at the offices of the Construction Associations in Hull, Quebec, Ottawa, Toronto, Mississauga, Ontario.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
    
    
    	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 “G”
    b.	Industrial Security Manual (Latest Edition) available at: http://ssi-iss.tpsgc-pwgsc.gc.ca/msi-ism/msi-ism-eng.html
    
    	 
    	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 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 also hold a valid DOS, 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.
    Business address
    5630 Doncaster Road
    Ottawa, ON, K1G 3N4
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    National Research Council of Canada
    Address
    Administrative Services & Property Management Branch
    1200 Montreal Road Campus
    Ottawa, ON, K1A 0R6

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada