Demolish of Eight Buildings, Moose Factory

Solicitation number EQ754-191919/A

Publication date

Closing date and time 2018/12/06 14:00 EST

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    Tendering Procedures: Qualified
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Demolish Eight Buildings, Moose Factory
    
    EQ754-191919/A
    Hassell, Bob
    Telephone No. - (416) 590-8270 (    )
    Fax No. - (416) 512-5862 (    )
    
    Demolish of Eight Buildings, Moose Factory
    
    SET-ASIDE UNDER THE FEDERAL GOVERNMENT PROCUREMENT STRATEGY FOR ABORIGINAL BUSINESS
    This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business see Annex 9.4 of the Supply Manual.
    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.
    Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.
    
    Scope of Work
    This project will occur on Moose Factory Island and includes the demolition and disposal of six (6) existing buildings as well as the disposal of building rubble at two (2) other properties.
    
    The contractor will require to mobilize equipment and materials across the Moose River as required to complete the work. The NISKA1 Ferry completes regular trips between Moosonee and Moose River in the summer season. Mobilization and transportation of disposed materials will need to be coordinated with the ferry operations.
    
    Should seasonal restrictions or ferry limitations arise the demolition waste will require to be stored on site to the satisfaction of Moose Factory Public Works until transport across the frozen river can be completed. Sedimentation control and temporary fencing will be required around any stored waste.
    
    Dust control, noise control and coordination with Moose Factory Public Works and the local hospital will be required prior to commencing work. It is imperative that the demolition work does not substantially impact the local community.
    The existing properties are known to have asbestos-containing materials and other hazardous substances. These will require to be suitably abated as identified in the abatement specifications.
    
    Demolition waste containing asbestos will require to be disposed of at a facility suited to accept hazardous materials, and will therefore require to be transported by rail. Other waste can be disposed at other available landfills. Please note that disposal at the Moosonee Landfill is not feasible at this time. The contractor will be responsible to establish and submit a waste disposal plan to the Departmental Representative for review prior to commencing work.
    
    Along with the demolition of the above-ground structures, the existing building foundations will require to be excavated and disposed of. The contractor will be responsible for locating all underground utilities prior to excavating. Additionally, overhead lines must be considered throughout the demolition process.
    
    Existing utilities within the buildings will require to be disconnected and capped to the edge of the property.
    
    An environmental soil assessment was completed in one of the areas and the results indicated that the excavated soil is non-hazardous and non-ignitable and able to be disposed of at an approved landfill. However, environmental monitoring will be required to review the excavations and confirm the quality of soil.
    
    Following demolition and disposals the properties will require to be backfilled, compacted and graded to facilitate drainage. The remainder of the site must be seeded to match the existing grasses
    
    Site Visit
    There is no Site Visit for this project.
    
    The duration of work is twenty-eight (28) weeks from date of award.
    
    IMPORTANT NOTICE TO BIDDERS
    IMPORTANT CHANGES TO GI01 "CODE OF CONDUCT AND CERTIFICATION OF - BID" R2710T, GENERAL INSTRUCTIONS TO BIDDERS(REFER TO SPECIAL INSTRUCTIONS TOBIDDERS SI02)
    
    Bidders should provide, with their bid or promptly thereafter, a complete list of names of all individuals who are currently directorsof the Bidder.  If such a list has not been receivedby the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to providethe 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 inthe aforementionedlist within a specified delay. Failureto 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 Officer, Bob Hassell:  e-mail: bob.hassell@pwgsc.gc.caTelephone:  (416) 590-8270, or  Facsimile:  (416) 512-5862. Bid Receiving:   Sealed tenders will be received at Public Worksand 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

    • Set-Aside Program for Aboriginal Business (SPAB)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Hassell, Bob
    Phone
    (416) 590-8270 ( )
    Email
    bob.hassell@pwgsc-tpsgc.gc.ca
    Fax
    (416) 512-5862
    Address
    Ontario Region, Tendering Office
    12th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    004
    English
    28
    English
    31
    004
    French
    7
    003
    English
    26
    English
    31
    003
    French
    3
    002
    English
    30
    002
    French
    4
    001
    English
    37
    English
    33
    001
    French
    8
    000
    English
    82
    English
    44
    English
    53
    English
    66
    English
    48
    000
    French
    16

    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
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.