PEN – Electrical Service Upgrade

Status Awarded

Contract number 857035

Solicitation number 15-22105

Publication date

Contract award date


    Description

    This contract was awarded to:

    Betts Electric Ltd

    The National Research Council Canada, 717 White Lake Road, Penticton, BC has a requirement for a project that includes:

    The National Research Council of Canada at 717 White Lake Road in Kaleden BC is upgrading the electrical service for the site due to aging infrastructure and new equipment coming online

    The National Research Council of Canada at 717 White Lake Road in Kaleden BC is upgrading the electrical service for the site due to aging infrastructure and new equipment coming online

    The observatory was commissioned in 1959 and much of the main infrastructure such as the power line and main site switch that is still in use was installed in 1959 and is past the end of its useful life.

    The upgrade will include new infrastructure at the utility provider interface (Fortis), which will include new overhead infrastructure, underground feed, power cable, site switch, transformer and substation for the CHIME facility and other feeds to related equipment extending to the main site substation as well as to the new CHIME facility.

    The site has previously installed the majority of the underground infrastructure for the project in 2014, which consisted of installing conduit and pulls pits. The next step in the process is to have the rest of the project completed and commissioned which as stated previously will consist of having new utility poles and associated equipment installed at the entrance to the site, installing concrete pads for all the outdoor equipment, extending the previously installed conduit to stub up into the pads, installing the new feeder cables to equipment pads, installing equipment, testing and commissioning the new system.

    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 October 8th and October 9th , 2015 at 10:00 . Meet Kory Phillips at PEN Building , 717 White Lake Road, Penticton, BC. 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. TENDER CLOSING DATE:

    Tender closing date is November 3rd , 2015 at 14:00.

    4. TENDER RESULTS

    Following the Tender closing, the tender results will be sent by facsimile to all Contractors who submitted a tender

    5. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS

    5.1 MANDATORY SECURITY REQUIREMENT:

    .1 All personnel that will be involved with the project must be security screened to RELIABILITY status level as defined in the security policy of Canada.

    6.0 WSBC (Work Safe BC)

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

    7.0 Office of the Procurement Ombudsman

    .1 Dispute Resolution Services

    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, on request or consent of the parties to participate in an alternative dispute resolution process to resolve any dispute between the parties respecting the interpretation or application of a term and condition of this contract and their consent to bear the cost of such process, provide to the parties a proposal for an alternative dispute resolution process to resolve their dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca.

    1. 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 supplier or the contractor or the name of the entity awarded this contract] respecting administration of this 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, and the interpretation and application of the terms and conditions and the scope of the work of this contract are not in dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca.

    .3 The Office of the Procurement Ombudsman (OPO) was established by the Government of Canada to provide an independent avenue for suppliers to raise complaints regarding the award of contracts under $25,000 for goods and under $100,000 for services. You have the option of raising issues or concerns regarding the solicitation, or the award resulting from it, with the OPO by contacting them by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca. You can also obtain more information on the OPO services available to you at their website at www.opo-boa.gc.ca.

    The Departmental Representative or his designate for this project is: Kory Phillips

    Telephone: 250 497-2361

    Contracting Authority for this project is: Marc Bédard marc.bedard@nrc-cnrc.gc.ca

    Telephone: 613 993-2274

    Business address
    280 Industrial Ave E.
    Penticton, BC, V2A 3H8
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • 5129B - Construction of Other Buildings
    • 5164A - Electrical Installations and Major Repairs
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Bédard, Marc
    Phone
    613-993-2274
    Address
    1200 Montreal Road
    Ottawa, ON, K1A 0R6
    CA

    Buying organization(s)

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