EGD Electrical SVC Upgrade SES/PHS
Solicitation number EZ108-160687/A
Publication date
Closing date and time 2015/09/16 17:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: EGD Electrical SVC Upgrade SES/PHS EZ108-160687/A Ngan, Ken (PWY) Telephone No. - (604) 658-2755 ( ) Fax No. - (604) 775-6633 E-mail: ken.ngan@pwgsc.gc.ca Line1, EGD Electrical SVC Upgrade SES/PHS Title: EGD Electrical Services Upgrade, Service Entrance Substation / Pumphouse Substation (SES/PHS) Location: Esquimalt Graving Dock, Victoria, BC Bid Depository: The General Contractor must obtain bids for the Mechanical and Electrical trades through BidCentral Online Bidding for Subcontractors (BOBS) according to its rules of procedure (www.bidcentral.ca/bobs). All questions regarding BidCentral Online Bidding for Subcontractors is to be referred to the BOBS Administrator as indicated in the BOBS rules of procedures. The General Contractor must instruct the Mechanical and Electrical Trade Contractors bidding directly to the General Contractor to bid on the scope of the work as defined in the BOBS rules of procedures (e.g. trade definitions, specification sections etc.). Notwithstanding anything else contained in this bid solicitation, no Bidder, General Contractor or Subcontractor or any other person or entity will have any claim whatsoever (including but not limited to a claim of negligence) or any compensation of any kind whatsoever against Canada as a result of participation in or use of BOBS, or participation in the BOBS process, or as a result of the interpretation, application or non-application of their rules of procedure. Work Description: Work under this contract comprises of the construction of Service Entrance Substation, Pumphouse Substation, electrical ductbank and cabling and the associated on-site & offsite civil work at the Esquimalt Graving Dock, located at 825 Admirals Road, Victoria, BC. Work to be performed under this Contract includes, but is not limited to, the provision of all labour, materials, services and equipment necessary for the construction of Service Entrance Substation (SES), Pumphouse Substation (PHS), electrical ductbank and cabling and associated on-site and offsite civil work as fully describe in the Tender Documents. Mandatory Site Visit: The site visit for this project is MANDATORY. The representative(s) of the Bidder will be required to sign the attendance sheet at the site visit. Bids submitted by bidders who have not signed the attendance sheet for the site visit will not be accepted. Bidder and/or a representative of the Bidder must visit the work site. Arrangements have been made for the site visit to be held on Monday August 10, 2015 at 10:00am PDT at the Esquimalt Graving Dock (EGD). Interested Bidders are to meet at the PWGSC Operations Centre, Building NS32, Esquimalt Graving Dock, located at 825 Admirals Road, Victoria, BC. The front gate commissionaire will only allow access to the site if previous visitor information is provided and names appear on the visitor list. Bidders are reminded that the Esquimalt Graving Dock is a heavy industrial site and WCB approved hard hats and safety footwear must be worn for the mandatory site visit. Bidders are responsible for making their own travel arrangements. Interested bidders are required to provide their name(s) and company name(s) to the Contracting Authority, Ken Ngan, by e-mail to: ken.ngan@pwgsc.gc.ca by 10:00am PDT on August 7, 2015, if you will be attending the site visit. Any clarifications or changes to the bid solicitation resulting from the mandatory site visit will be included as an amendment/addendum. Submissions provided by Bidders who did not attend will be excluded from the tender process. Security Requirement: The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. Until the security screening of the Contractor personnel required by this Contract has been completed satisfactorily by the CISD, PWGSC, the Contractor personnel MAY NOT ENTER sites without an escort. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex A; (b) Industrial Security Manual (Latest Edition). Delivery Date: The work shall commence immediately upon official notification of acceptance of tender by the Contracting Authority and is to be completed within sixty-five (65) weeks from Contract Award. Tender Enquiries: Ken Ngan, Supply Specialist Tel: (604)658-2755 E-mail: ken.ngan@pwgsc.gc.ca Value of Project: To assist with bonding and insurance requirements, this project is estimated to cost around $17,500,000.00. Firms intending to submit proposals on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their proposals on tender (solicitation) 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. This procurement office provides procurement services to the public in English. 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Ngan, Ken (PWY)
- Phone
- (604) 658-2755 ( )
- Fax
- (604) 775-6633
- Address
-
800 Burrard Street, Room 219
800, rue Burrard, pièce 219Vancouver, British C, V6Z 0B9
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.