Sanitary and Storm Sewer Separation- Phase II

Status Awarded

Contract number 887480

Solicitation number 16-22168

Publication date

Contract award date

Contract value

CAD 3,807,479.00

    Description

    This contract was awarded to:

    Ottawa Greenbelt Construction Company Ltd.

    Sanitary and Storm Sewer Separation Phase II, Montreal Road Campus

    The National Research Council Canada, 1200 Montreal Road Ottawa, Montreal Road Campus ON

    has a requirement for a project that includes:

    Work under this contract covers the Sanitary and Storm Sewer Separation Phase II.

    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 April 19th and April 21st at 9:00 . Meet Doug Sanftenberg at

    Building M-19, Main Entrance, 1200 Montreal Road 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 May 11th , 2017 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:

    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: http://ssi-iss.tpsgc-pwgsc.gc.ca/ssi-issservices/

    eso-oss-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.

    6.0 WSIB (WORKPLACE SAFETY AND INSURANCE BOARD)

    1 All Bidders must provide a valid WSIB 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.

    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 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: Doug Sanftenberg

    Telephone: 613 993-9628.

    Contracting Authority for this project is: Alain Leroux alain.leroux@nrc-cnrc.gc.ca

    Telephone: 613 991-9980.

    Business address
    2575 Sheffield Road
    Ottawa, Ontario, K1V 3V6
    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
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Leroux, Alain
    Phone
    613-991-9980
    Address
    1200 Montreal Road Building M-22
    Ottawa, ON, K0A 1M0
    CA

    Buying organization(s)

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