Construction of Equipment Storage Building - Duffin Creek WPCP
Numéro de sollicitation BT-RFTC-1151-23
Date et heure de clôture 2024/04/24 17:00 HAE
Date de la dernière modification
Description
ELECTRONIC SUBMISSIONS ONLY submitted through the Region’s Bids and Tenders website , HARD COPY BID SUBMISSIONS WILL NOT BE ACCEPTED. Bids must be submitted and received by the Region no later than 1:00:00 p.m., local time as established by the Research Council of Canada.
The following is a list of pre-qualified contractors that have been approved to bid on this Request for Tender under Request for Pre-Qualification No. RFPQ-1150-23
- Kenaiden Contracting Ltd.
- Graham Construction and Engineering LP
- Maple Reinders Constructors Ltd.
Any Bids received from Bidders not listed above shall be rejected from further consideration.
BRIEF DESCRIPTION OF WORK - The Region is inviting Bids from pre-qualified contractors for the Construction of Equipment Storage Building at the Duffin Creek Water Pollution Control Plant located at 901 McKay Road, Pickering, as further described in Section A of the RFTC Particulars (Appendix A) (the “Deliverables”).
MEETINGS:
- VIRTUAL: A non-mandatory Bidder's meeting will be held on Thursday, March 21, 2024 commencing at 10:00 a.m, where Scheduling Requirements will be presented.
- ON SITE: A non-mandatory Bidder's site meeting will be held on Tuesday, March 26, 2024 commencing at 9:30 am at the Administration Building, Duffin Creek Water Pollution Control Plan, 901 McKay Road, Pickering, ON L1W 3A3. Personal Protective Equipment is required to be worn on site at all times.
- All bidders are encouraged to submit any questions to the Region using the ‘Submit a Question’ feature in the Bidding Website before or after the information meeting. Although the meeting is not mandatory it is highly recommended.
- Bidders are prohibited from the use of any technology, including without limitation artificial intelligence, to record the content of any Bidders Meeting without prior written authorization from the Purchasing Representative. Failure to adhere to this rule may result in the disqualification of the bidder and the rejection of their bid.
MANDATORY REQUIREMENTS:
- DEPOSIT: All Bids shall be accompanied by a digital Bid Bond in the amount of $250,000.00 and a digital Undertaking to Bond. The forms of Bid Bond and Undertaking to Bond acceptable to the Region are attached as Appendix E and F.
- CERTIFICATE OF RECOGNITION (CORTM): Any Bids received from Bidders who are not CORTM certified, who have not obtained CORTM equivalency or who have not submitted a valid Letter of Reciprocity shall be rejected from further consideration.
QUESTIONS: Questions related to this RFTC should be submitted to the Region through the Bidding Website by clicking on the 'Submit a Question' button.
Accommodation requests under the AODA should be directed to the Procurement Office at 1.877.464.9675 EXT 71900 or via email at purchasing@york.ca.
Durée du contrat
La durée estimée du contrat sera de 18 mois.
Accords commerciaux
-
Accord de libre-échange canadien (ALEC)
-
Accord économique et commercial global (AECG) entre le Canada et l’Union européenne (UE)
-
Accord de continuité commerciale Canada–Royaume-Uni (ACC Canada-Royaume-Uni)
Coordonnées
Organisation contractante
- Organisation
-
Regional Municipality Of York
- Adresse
-
York Region Administrative Centre 17250 Yonge StreetNewmarket, Ontario, L3Y6Z1Canada
- Autorité contractante
- Sue Eves
- Numéro de téléphone
- 111-111-1111
- Adresse courriel
- sue.eves@york.ca
Détails de l'offre
Les détails complets de cette occasion de marché sont disponibles sur un site tiers
Cliquez sur le bouton ci-dessous pour vous rendre vers ce site Web. Le site tiers pourrait exiger la création d’un compte personnel pour consulter l’occasion de marché ou pour soumissionner. Les informations reliées aux frais encourus pour accéder aux détails complets sont indiqués sous l’onglet Description.