Abatement & Remediation, Niagara
Solicitation number EQ447-181210/A
Publication date
Closing date and time 2017/10/03 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: EQ447-181210/A Marshall, Cindy Telephone No. - (416) 512-5867 ( ) Fax No. - (416) 512-5862 ( ) Title: Niagara River Range Rear Light Station Lead-Based Paint Abatement and Soil Remediation Project Work of this contract comprises abatement of lead-based paint from the exterior of the Niagara River Range Rear Light Station and the remediation of contaminated soils that surround the structure located in Niagara-on-the-Lake, Ontario. Abated materials will need to be repainted. Contaminated soil will need to be excavated and disposed of off-property in appropriate waste facilities. Areas of excavation will need to be backfilled and sodded, work is done in accordance with the Specifications and Drawings. The Contractor shall perform and complete the Work within [four] [4] weeks from the date of notification of acceptance of the offer. OPTIONAL SITE VISIT There will be a site visit on Tuesday September 26, 2017 at 10:00AM. Interested bidders are to meet at: Fisheries and Oceans Canada Niagara River Rear Range Light Station 80 Collingwood Street Niagara-on-the-Lake, ON L0S 1J0 The site visit for this project is OPTIONAL. The representative of the bidder will be required to sign the Site Visit Attendance Sheet at the site visit. Safety Attire - It is mandatory that all persons attending the site visit have the proper personal protection equipment: steel-toe boots, safety glasses, footwear, pants, high-visibility vests and hard hat, etc. Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site. Bidders should register with the Contracting Officer, Cindy Marshall at email: cindy.marshall@tpsgc-pwgsc.gc.ca, to confirm attendance and provide the name(s) of the person(s) who will attend. Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. Bidders should provide, with their bid or promptly thereafter, a complete list of names of their board of directors. 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 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. 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, Cindy Marshall e-mail: cindy.marshall@tpsgc-pwgsc.gc.ca Telephone: (416) 512-5867, or Facsimile: (416) 512-5862. Bid Receiving: Tenders are to be submitted on or before the date and time specified on the front page of the ITT document including any subsequent amendments. Sealed tenders are to be submitted to: Public Works and Government Services Canada Bid Receiving Unit 4900 Yonge Street, Bid Receiving, 12th Floor, Toronto, Ontario, M2N 6A6. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. 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
- Marshall, Cindy
- Phone
- (416) 512-5867 ( )
- Email
- cindy.marshall@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.
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| ABES.PROD.PW_PWL.B048.E2322.EBSU001.PDF | 001 | EN | 12 | 2017/09/29 |
| ABES.PROD.PW_PWL.B048.E2322.EBSU002.PDF | 002 | EN | 8 | 2017/09/29 |
| ABES.PROD.PW_PWL.B048.B2322.ATTA003.PDF | EN | 7 | 2017/09/29 | |
| ABES.PROD.PW_PWL.B048.B2322.ATTA004.PDF | EN | 8 | 2017/09/29 | |
| ABES.PROD.PW_PWL.B048.B2322.ATTA002.PDF | EN | 8 | 2017/09/29 | |
| ABES.PROD.PW_PWL.B048.B2322.ATTA002.PDF | FR | 8 | 2017/09/29 | |
| ABES.PROD.PW_PWL.B048.B2322.ATTA004.PDF | FR | 7 | 2017/09/29 | |
| ABES.PROD.PW_PWL.B048.F2322.EBSU002.PDF | 002 | FR | 1 | 2017/09/29 |
| ABES.PROD.PW_PWL.B048.B2322.ATTA003.PDF | FR | 7 | 2017/09/29 | |
| ABES.PROD.PW_PWL.B048.F2322.EBSU001.PDF | 001 | FR | 1 | 2017/09/29 |
| ABES.PROD.PW_PWL.B048.B2322.ATTA001.PDF | EN | 21 | 2017/09/22 | |
| ABES.PROD.PW_PWL.B048.B2322.ATTA001.PDF | FR | 21 | 2017/09/22 | |
| ABES.PROD.PW_PWL.B048.E2322.EBSU000.PDF | 000 | EN | 53 | 2017/09/19 |
| ABES.PROD.PW_PWL.B048.F2322.EBSU000.PDF | 000 | FR | 5 | 2017/09/19 |