M-6 Catwalk Safety Upgrades

Solicitation number 22-58130

Publication date

Closing date and time 2023/03/20 14:00 EDT

Last amendment date


    Description

    M-6 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.

    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.
    M A N D A T O R Y C R I T E R I A

    Item Mandatory Criteria

    Bid Form
    Page # (s)
    (Proponent to
    Insert)

    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 supply the CV for the proposed company project manager. The
    proposed project manager 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.

    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 February 14th and February 15th, 2023 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:

    o The proponents will sanitize their hands at the hand sanitizing station.
    o The proponents will be asked to sign the Attendance Form. It is the responsibility of
    all proponents to verify information on the Attendance Form.

    o 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.
    o The site visits could take longer than usual, therefore anticipate a longer meeting
    duration.
    o 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.
    o 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.

    3. CLOSING DATE
    Closing date is February 28, 2023 at 2:00pm

    4. TENDER RESULTS
    Following the Tender closing, the tender results will be sent by email to all Contractors who 
    submitted a tender following the evaluation.
    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: https://www.tpsgc-
    pwgsc.gc.ca/esc-src/msi-ism/index-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. WSIB (WORKPLACE SAFETY AND INSURANCE BOARD)
    All Bidders must provide a valid WSIB certificate with their Tender or prior to contract award.
    7. 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.
    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 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.
    3. 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

    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
    6
    French
    0
    000
    English
    17
    English
    16
    000
    French
    3
    French
    5

    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.

     

    Date modified: