M6 Catwalk Security Upgrades

Solicitation number 22-58086

Publication date

Closing date and time 2022/12/16 14:00 EST

Last amendment date


    Description

    M6 Catwalk Safety Upgrades

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

    Work under this contract covers the repairs of the catwalks, toe boards, guardrails and the installation of a new travel restraint system and lead abatement of Building M-6 located on the Montreal Road Campus of the National Research Council of Canada.

    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. 

    Selection Criteria

    Potential bidders will be rated in a combination of technical score and price rating. For this project the total score will be established as follows:

    Technical rating 40% = Technical Score (Points)

    Price rating 60% = Price Score (Points)

    Total Score = Max. 100 points

    Mandatory requirements

    Failure to meet the mandatory requirement will render the proposal as non-responsive and no further evaluation will be carried out.

    Item

    Mandatory Requirements

    Proposal Page #(s)

    1

    The Bidder must have a minimum of 10 years’ experience in the execution of steel fabrication projects, and as a contractor providing construction services comparable to this tender. Provide a company profile and relevant history as described in item #1 of the evaluated technical criteria.

    2

    The Bidder must supply a CV for the proposed Construction Site Supervisor possessing a minimum 5 years of relevant experience.

    3

    The Bidder must supply a CV for the proposed Project Manager possessing a minimum 5 years of relevant experience.

    Include this table with your proposal and indicate the proposal page where the information can be found.

    Any Proposal which fails to meet any of the following mandatory requirements will be considered non-compliant and will not be given further consideration. Each requirement should be addressed separately.

    Evaluated Technical Criteria

    Evaluated Technical Criteria

    Proposal Page # (s)

    Max Score

    1

    Bidder should demonstrate steel fabrication construction services experience, relevant to this project. Include 2 comparable projects completed by the Bidder’s firm in the last 10 years with reference names & phone numbers. Maximum 1 page per project. Evaluations will take into account relevance compared to the scope of this tender (up to 4 points for each example project) and whether the reference was satisfied with the work completed (up to 1 point for each example project). It is the responsibility of the bidder to ensure the contact information for the reference is accurate. If the reference cannot be reached or declines to provide input the Bidder will received a score of 0/1 for that example.

    10

    2

    Qualifications and overall experience of proposed Construction Site Supervisor. CV will be scored on the basis of related experience (up to 3 points), experience acting as a Construction Site Supervisor on federal government construction projects (up to 2 points). Include detailed examples of 2 past projects including reference contacts that can confirm the individual was the Construction Site Supervisor for at least 80% of the duration of those projects. If the reference cannot be reached or declines to provide input the Bidder will received a score of 0/1 for that example. CV should be no longer than 3 pages.

    5

    3

    Qualifications and overall experience of proposed Project Manager. CV will be scored on the basis of related experience (up to 3 points), experience acting as a Project Manager on federal government construction projects (up to 2 points). Include detailed examples of 2 past projects including reference contacts that can confirm the individual was the Project Manager for at least 80% of the duration of those projects. If the reference cannot be reached or declines to provide input the Bidder will received a score of 0/1 for that example. CV should be no longer than 3 pages.

    5

    4

    The Bidder should provide their construction schedule for this project, from award to final completion, detailing major milestones, critical path elements, and associated timelines. Schedule evaluation will be based on whether it meets the completion date noted in the tender documents (up to 2 point), and if the tasks and associated timelines demonstrate the contractor understands the scope of work (up to 3 points).

    5

    Total

    25

    Include this table with your proposal and indicate the proposal page where the information can be found.

    EVALUATION AND RATING

    Financial proposals will remain unopened and only the technical components of the proposals considered responsive will be reviewed, evaluated and rated by a NRC Evaluation Board in accordance with the criteria listed in the evaluated technical criteria table.

    No further consideration will be given to Bidders not achieving the pass mark of 17.5 out of 25 (70%). The successful Bidder shall be the one who accumulates the highest combined score of the technical assessment (40%) and tendered amount (60%), as shown below:

    TABLE A

    Bidder #1

    Bidder #2

    Bidder #3

    Technical score

    18 out of 25

    20 out of 25

    23 out of 25

    Tendered amount

    $190,000

    $200,000

    $210,000

    For information only:

    Technical score (40%)

    Tendered amount score (60%)

    Final score

    Bidder #1

    18/25 X 40(%) = 28.8

    190 k X 60(%) = 60

    190 k

    = 88.8

    Bidder #2

    20/25 X 40(%) = 32

    190 k X 60(%) = 57

    200 k

    = 89

    Bidder #3

    23/25 X 40(%) = 36.8

    190 k X 60(%) = 54.3

    210 k

    = 91.1

    (successful bid)

    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 onNovember 22nd and November 23rd, 2022 at 9:30am. Meet Benoit Huot at Building M-6, Main 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.

    • 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 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.
    • 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 December 16th, 2022 at 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: Benoit Huot

    Benoit.Huot@nrc-cnrc.gc.ca

    Telephone: 613-808-3650

    Contracting Authority for this project is: Tania Backes 

    Tania.Backes@nrc-cnrc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Backes, Tania
    Phone
    613-410-3834
    Email
    tania.backes@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
    French
    1
    English
    9
    English
    12
    French
    1
    English
    17
    000
    English
    15
    000
    French
    5
    French
    10

    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
    Canada
    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.

     

    Date modified: