CHCP : Pyrolysis Biofuel Boiler

Solicitation number 17-22021

Publication date

Closing date and time 2017/07/10 15:00 EDT

Last amendment date


    Description

    CHCP: Pyrolysis Bio-Fuel Boiler

    The National Research Council Canada has a requirement for a project that includes:

    To provide Professional Services to design, construct and commission one pyrolysis liquid biofuel fired boiler for the Confederation Heights Central Heating and Cooling Plant

    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. NON-MANDATORY SITE VISIT

    It is not mandatory that the bidder attends the site visit at the designated date and time.

    The site visit will be held on June 20, 2017 at 10:00. Meet Lisa Paterick at 501 Heron Road, Main Entrance, 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. NO EXCEPTIONS WILL BE MADE.

    3. CLOSING DATE

    Closing date is July 10, 2017 at 14:00.

    4. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS

    4.1 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-iss-services/eso-oss-eng.html

    4.2 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 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.

    3 For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956.

    5.0 WSIB (Workplace Safety and Insurance Board)

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

    6.0 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: Lisa Paterick

    Telephone: 613 990-0460.

    Contracting Authority for this project is: Collin Long - collin.long@nrc-cnrc.gc.ca

    Telephone: 613 993-0431.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Long, Collin
    Phone
    613-993-0431
    Email
    Collin.Long@nrc-cnrc.gc.ca
    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
    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
    English
    13
    English
    4
    English
    17
    English
    4
    English
    5
    English
    6
    French
    6
    French
    5
    French
    4
    French
    17
    French
    4
    French
    13
    English
    9
    English
    14
    English
    7
    French
    7
    French
    14
    French
    9
    English
    14
    French
    14
    English
    19
    French
    19
    English
    34
    000
    English
    58
    French
    34
    000
    French
    15

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

    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.