M-19 Room 230 & 340, Office Accommodation Project

Status Awarded

Contract number 993276

Solicitation number 22-58021

Publication date

Contract award date

Contract value

CAD 1,569,570.00

    Description

    This contract was awarded to:

    J.P. Gravel construction Inc.

    M-19 Room 230 & 340, Office Accommodation Project

    The National Research Council Canada, 1200 Montreal Road Ottawa, has a requirement for a project that includes:

    Work under this contract covers the interior renovation of part of the third floor, room 340 and part of the second floor, room 230 in the Council's Building M-19, 1200 Montreal Rd, Ottawa Ontario, of the National Research Council.

    Mandatory Criteria

    EVALUATION PROCEDURES

    The construction tender form (bid) will be evaluated and scored in accordance with specific evaluation criteria as detailed herein. It is imperative that these criteria be addressed in sufficient depth in the tender form to fully describe the Proponent’s response.

    You are invited to submit one electronic Technical Proposal and one electronic Financial Proposal 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 ‘Financial Proposal’. All financial information must be fully contained in the Financial Proposal, and only in the Financial Proposal. Proponents who provide financial information in the technical proposal will be disqualified. 

    MANDATORY CRITERIA: 

    The Construction Tender Form (bid) will be evaluated to determine if all mandatory requirements detailed in this Table "Mandatory Criteria" have been met. 

    Any Tender Form which fails to meet any of the mandatory requirements will be considered non-compliant and will not be given further consideration.

    In the table below include the page number(s) of your bid form that demonstrates you meet that specific requirement.

    MANDATORY CRITERIA

    Item

    Item

    Item

    1

    The Proponent must have a minimum of ten (10) years’ experience as a general contractor providing construction services comparable to this tender. Provide two project examples, including approximate value of work and a client reference. Provide a company profile and relevant history. A total of four pages (letter size) maximum for this criteria.

    2

    The Proponent must supply the CV for the proposed company construction site supervisor. The proposed construction site supervisor must possess a minimum of 5 years’ experience in contract/construction administration, as a site supervisor or similar position. Two pages (letter size) maximum for this criteria.

    3

    The Proponent must possess experience in construction waste management. Provide two project examples where waste management was mandatory, including the overall diversion rate from landfill for the examples, and a client reference for each. A total of four pages (letter size) maximum for this criteria.

    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.

    1. 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 onJune 22nd and June 23rd, 2022 at 9:30am. Meet Brent Minard at Building M-19, Door 15, South Entrance, 1200 Montreal Road Ottawa, ON. Bidders who, for any reason, cannot attend one of the specified dates 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.

    * Due to COVID-19, we are taking additional measures to protect you and our employees at the site visits.

    • To allow NRC to prepare for the site visits, all proponents are asked to pre-register preferably 48 hours ahead of the job showing and identify their preferred site visit date. Please register by emailing Tania.Backes@nrc-cnrc.gc.ca. Bidders shall provide contact name, email and phone number of person attending.
    • At the site visit, to limit contact and risks:
    • The proponents will sanitize their hands at the hand sanitizing station.
    • The proponents will be asked to sign the Attendance Form. It is the responsibility of all proponents to verify information on the Attendance Form.
    • The site visit will proceed with a maximum of four (4) proponents at a time. Each group will have approximately 20 minutes to review the site. The site visit will continue with the next group of four (4) proponents until each one has had a chance to review the site.
    • The site visits could take longer than usual, therefore anticipate a longer meeting duration.
    • Physical distancing: keeping a distance of at least 2 arms-length (approximately 2 metres) from others may not be possible at all times, therefore the use of NRC issued disposable face coverings to reduce the risk of transmission of COVID-19 is mandatory.
    • The proponents shall not impede safe access to and from the facility.
    • Depending on the anticipated amount of pre-registration, the NRC may decide to schedule time slots for every group of four (4) proponents. The time slot for your site visit will be confirmed by the NRC Departmental Representative by email upon pre-registration. That time will supersede the site visit meeting time specified above.
    • Proposals submitted by bidders who have not attended the site visit or failed to submit their identification and contact information at the site visit will be deemed non-responsive.
    1. CLOSING DATE

    Closing date is July 8th, 2022, 14:00

    1. TENDER RESULTS

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

    1. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
    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.
    1. The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    1. The Contractor must comply with the provisions of the:
      1. Security Requirements Checklist attached at Appendix “D”
      2. Industrial Security Manual (Latest Edition) available at: https://www.tpsgc-pwgsc.gc.ca/esc-src/msi-ism/index-eng.html
    1. 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.
    1. 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.
    1. 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.
    1. For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956.
    1. WSIB (WORKPLACE SAFETY AND INSURANCE BOARD)

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

    1. 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.

    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 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.

    1. 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: Allan Mackenzie

    Brent.Minard@nrc-cnrc.gc.ca

    Telephone: 613-668-3862

    Contracting Authority for this project is: Tania Backes 

    Tania.Backes@nrc-cnrc.gc.ca

    Business address
    100-5440 Canotek Road
    Ottawa, ON, K1J 9G2
    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
    Backes, Tania
    Phone
    613-410-3834
    Address
    1200 Montreal Rd
    Ottawa, ON, K1A 0R6
    CA

    Buying organization(s)

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