SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, March 30 from 7:00 pm until 11:00 pm (Eastern Time) 

M-14 RE-Roofing

Solicitation number 14-22001

Publication date

Closing date and time 2014/05/07 15:00 EDT

Last amendment date


    Description
    M14 Re-Roofing
    
    The National Research Council Canada, 1200 Montreal Road, Ottawa, ON  has a requirement for a project that includes:
    Work under this contract covers the complete re-roofing of Sections 2, 3, 5, 6, 7, 8 & 9 of Buildings M14 located on the Montreal Road Campus of the National Research Council of Canada. 
    
    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 22nd and April 24th , 2014  at 9:00 . Meet   Mark O’Connor at Building M-14, Door #3, 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. TENDER CLOSING DATE:
    Tender closing date is May 7th  , 2014 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/msi-ism/msi-ism-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:	Mark O’Connor
    Telephone: 613 991-9873
    
    Contracting Authority for this project is:  Marc Bédard marc.bedard@nrc-cnrc.gc.ca
    Telephone: 613  993-2274

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    French
    1
    French
    1
    002
    English
    3
    English
    1
    001
    French
    3
    French
    1
    English
    1
    001
    English
    1
    French
    13
    000
    French
    14
    000
    English
    14
    English
    13

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Support

    Contact us directly, or find your answers using resource guides.

    Date modified: