Kingston, ON Collins Bay Institution. Parking Lot Expansion
Solicitation number EQ734-190794/A
Publication date
Closing date and time 2018/08/21 14:00 EDT
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Kingston, ON Collins Bay Institution. Parking Lot Expansion EQ734-190794/A Dhanna, Sheila Telephone No. (416) 512-5855 Fax No. (416) 512-5862 e-mail: sheila.dhanna@pwgsc-tpsgc.gc.ca Kingston, Ontario. Collins Bay Institution. Correctional Service Canada (CSC). 1455 Bath Road. Parking Lot Expansion. Project Number: R.079099.001 Project Scope of Work: The work under this contract involves the expansion of the existing parking lot at Collins Bay Institution. The work covers both civil and electrical components. Work of this Contract comprises of the general construction of a new parking area and modifications to the existing site. All contract work is to be completed as follows: Complete removals and site preparation, as well as installation of luminaires, ditches/swales and all underground work. Placement of sub-base and granular's to design grades. Paving to design grades, pavement markings and topsoil/sod reinstatement. The institution must remain fully operational during construction. Construction will be in phases to allow for user parking and minimize the impact on operations of the Institution. Construction site areas are all located outside the perimeter wall. The Contractor must perform and complete the Work within (48) weeks from the date of notification of acceptance of the offer. OPTIONAL SITE VISIT There will be a site visit on July 25, 2018 at 1:00PM (1300 Hours). Interested bidders are to meet at the site, Collins Bay Institution, 1455 Bath Road, Main Entrance, Kingston, Ontario K7L 3B2. Bidders MUST register by 10:00AM, Monday July 23, 2018 with the Contracting Officer, Sheila Dhanna at sheila.dhanna@pwgsc-tpsgc.gc.ca OR 416-512-5855 and provide the names of each individual attending the site visit, in order to gain access to the site. The representative of the Bidder should sign the Site Visit Attendance Sheet at the site visit. Safety Attire: In order to be guaranteed access to the site visit all persons should have the proper personal protection equipment (safety glasses, footwear, vests and hard hats etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. IMPORTANT NOTICE TO BIDDERS IMPORTANT CHANGES TO GI01 "CODE OF CONDUCT AND CERTIFICATION OF - BID" R2710T, GENERAL INSTRUCTIONS TO BIDDERS (REFER TO SPECIAL INSTRUCTIONS TO BIDDERS SI02) Bidders should provide, with their bid or promptly thereafter, a complete list of names of all individuals who are currently directors of the Bidder. If such a list has not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to provide such a list within the required time frame will render the bid non-responsive. Bidders must always submit the list of directors before contract award. Canada may, at any time, request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named in the aforementioned list within a specified delay. Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive. A COMPLETE LIST OF EACH INDIVIDUAL WHO IS CURRENTLY ON THE BIDDER'S BOARD OF DIRECTORS. (SEE APPENDIX 2 OF THE "ITT" DOCUMENT) Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment 1 (ATT 1) contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure. Standard Terms and Conditions for this procurement are incorporated by reference into and form part of the Tender and Contract Documents. The standard Public Works and Government Services Canada documents may be viewed at https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officers, Sheila Dhanna: e-mail: sheila.dhanna@pwgsc.gc.ca Telephone: (416) 512-5855, or Facsimile: (416) 512-5862 Bid Receiving: Sealed tenders will be received at Public Works and Government Services Canada, 4900 Yonge Street, Bid Receiving, 12th Floor, Toronto, Ontario M2N 6A6. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canadian Free Trade Agreement (CFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Dhanna, Sheila
- Phone
- (416) 512-5855 ( )
- Email
- sheila.dhanna@pwgsc-tpsgc.gc.ca
- Fax
- (416) 512-5862
- Address
-
Ontario Region, Tendering Office
12th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Access the Getting started page for details on how to bid, and more.