Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-12 00:00:00
Canada CanadaBuys

Highbay Lab Fit-Up (21-58068)

Process Number PW-21-00974562

Dates:


Publication date:

2021-11-12 00:00:00

Amendment date:

None

Date closing:

2021/11/30 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

Ontario

End user entity:

National Research Council Canada

Procurement entity:

National Research Council Canada

Region of opportunity:

Ontario

Tendering procedure:

Open

Reference number:

PW-21-00974562

Solicitation number:

21-58068

Description:


Description:

Highbay Lab Fit-Up The National Research Council Canada, 2620 Speakman Drive Mississauga, has a requirement for a project that includes: High Bay electrical and mechanical fit-up as per the tender specification and drawings. Mandatory requirements Failure to meet the mandatory requirements will render the proposal as non-responsive and no further evaluation will be carried out. Bidders must demonstrate that they have been established as General Contractor for at least ten (10) years and that they have experience working with commercial and industrial construction scopes in excess of $1,000,000.00 dollars. A one page company profile shall be provided along with a list of two (2) projects where the contractors worked as the General Contractor, providing the project value and dates (kick off and closing date). Three pages maximum. Bidders must demonstrate that they have experience with Scientific Equipment infrastructure installation. Two (2) projects shall be listed with a detailed explanation of the mechanical and electrical work completed. In particular related to installation of utility lines i.e.: power and transformers, controls system, chiller water, compressed air, special gases, etc. One page per project maximum. Contractor shall demonstrate experience working with occupied building, where other construction and/or normal daily operations are happening in parallel with the construction project. Two (2) projects shall be listed providing a description of the work being completed by the proponent, and detailing the boundaries between its scope and the building operations/construction. One page per project. All disciplines shall be licensed to provide the necessary professional services to the full extent that may be required by provincial requirements in the province of Ontario. Provide licensing information, and copy of certificates when applicable. GENERAL Questions regarding any aspect of the project are to be addressed to and answered only by the Departmental Representative (or his designate) or the Contracting Authority. Any information received other than from the Departmental Representative (or his designate) or the Contracting Authority will be disregarded when awarding the contract and during construction. Firms intending to submit tenders on this project should obtain tender documents through the Buyandsell.gc.ca TMA services provider. Addenda, when issued, will be available from the Buyandsell.gc.ca TMA service provider. Firms that elect to base their bids on tender 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. Tender packages are not available for distribution on the actual day of tender closing. MANDATORY SITE VISIT It is mandatory that the bidder attends one of the site visits at the designated date and time. At least one representative from proponents that intend to bid must attend. The site visits will be held on November 16th, 2021 at 9:30am and November 18th, 2021 at 1:30pm. Meet Scott Jansen at, Main Entrance, 2620 Speakman Drive Mississauga, ON. Bidders who, for any reason, cannot attend one of the specified dates and time will not be given an alternative appointment to view the site and their tenders, therefore, will be considered as non-responsive. NO EXCEPTIONS WILL BE MADE. * Due to COVID-19, we are taking additional measures to protect you and our employees at the site visits. To allow NRC to prepare for the site visits, all proponents are asked to pre-register preferably 48 hours ahead of the job showing and identify their preferred site visit date. Please register by emailing Scott Jansen at Scott.Jansen@nrc-cnrc.gc.ca. Bidders shall provide contact name, email and phone number of person attending. At the site visit, to limit contact and risks: The proponents will sanitize their hands at the hand sanitizing station. The proponents will be asked to sign the Attendance Form. It is the responsibility of all proponents to verify information on the Attendance Form. The site visit will proceed with a maximum of four (4) proponents at a time. Each group will have approximately 20 minutes to review the site. The site visit will continue with the next group of four (4) proponents until each one has had a chance to review the site. The site visits could take longer than usual, therefore anticipate a longer meeting duration. Physical distancing: keeping a distance of at least 2 arms-length (approximately 2 metres) from others may not be possible at all times, therefore the use of NRC issued disposable face coverings to reduce the risk of transmission of COVID-19 is mandatory. The proponents shall not impede safe access to and from the facility. Depending on the anticipated amount of pre-registration, the NRC may decide to schedule time slots for every group of four (4) proponents. The time slot for your site visit will be confirmed by the NRC Departmental Representative by email upon pre-registration. That time will supersede the site visit meeting time specified above. Proposals submitted by bidders who have not attended the site visit or failed to submit their identification and contact information at the site visit will be deemed non-responsive. CLOSING DATE Closing date is November 30th, 2021, 14:00 TENDER RESULTS Following the Tender closing, the tender results will be sent by email to all Contractors who submitted a tender. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS MANDATORY SECURITY REQUIREMENT: This procurement contains a mandatory security requirement as follows: The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Director (CISD), Public Works Government Services Canada. The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. The Contractor must comply with the provisions of the: Security Requirements Checklist attached at Appendix “D” Industrial Security Manual (Latest Edition) available at: https://www.tpsgc-pwgsc.gc.ca/esc-src/msi-ism/index-eng.html VERIFICATION OF SECURITY CLEARANCE AT BID CLOSING The Bidder must hold a valid Designated Organization Screening (DOS) issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC), TO BE INCLUDED WITH THEIR TENDER OR PROVIDED WITHIN 48 HOURS FROM THE DATE AND TIME OF TENDER CLOSING. Verifications will be made through CISD to confirm the security clearance status of the Bidder. Failure to comply with this requirement will render the bid non-compliant and no further consideration will be given to the bid. Within 72 hours of tender closing, the General Contractor must name all of his sub-contractors, each of whom must hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC, or any other Federal Department or Agency along with the names and birthdates or security clearance certificate numbers of all personnel who will be assigned to the project. It is to be noted that any subcontractor required to perform any part of the work during the performance of the subsequent contract must also adhere to the mandatory security requirement of the contract. As well, no personnel without the required level of security will be allowed on site. It will be the responsibility of the successful bidder to ensure that the security requirement is met throughout the performance of the contract. The Crown will not be held liable or accountable for any delays or additional costs associated with the contractor’s non-compliance to the mandatory security requirement. Failure to comply with the mandatory security requirement will be grounds for being declared in default of contract. For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956. WSIB (WORKPLACE SAFETY AND INSURANCE BOARD) All Bidders must provide a valid WSIB certificate with their Tender or prior to contract award. OFFICE OF THE PROCUREMENT OMBUDSMAN Clause for solicitation documents and regret letters for unsuccessful bidders The Office of the Procurement Ombudsman (OPO) was established by the Government of Canada to provide an independent venue for Canadian bidders to raise complaints regarding the award of federal contracts under $25,300 for goods and under $101,100 for services. Should you have any issues or concerns regarding the award of a federal contract below these dollar amounts, contact OPO by e-mail at boa.opo@boa-opo.gc.ca, by telephone at 1-866-734-5169, or by web at www.opo-boa.gc.ca. For more information about OPO, including the available services, please visit the OPO website. Contract Administration The parties understand that the Procurement Ombudsman appointed pursuant to Subsection 22.1 (1) of the Department of Public Works and Government Services Act will review a complaint filed by the complainant respecting the administration of the Contract if the requirements of Subsection 22.2(1) of the Department of Public Works and Government Services Act and Sections 15 and 16 of the Procurement Ombudsman Regulations have been met. To file a complaint, the Office of the Procurement Ombudsmai1 may be contacted by e-mail at boa.opo@boa-opo.gc.ca, by telephone at 1-866-734-5169, or by web at www.opo-boa.gc.ca. Dispute Resolution The Parties agree to make every reasonable eff01i, in good faith, to settle amicably all disputes or claims relating to or arising from the Contract, through negotiations between the Parties’ representatives authorized to settle. If the Parties do not reach a settlement within 10 working days, each party hereby consents to fully participate in ai1d bear the cost of mediation led by the Procurement Ombudsman pt1rsuai1t to Subsection 22.1(3)(d) of the Department of Public Work and Government Services Act and Section 23 of the Procurement Ombudsman Regulations. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169, by e-mail at boa.opo@boa-opo.gc.ca, or by web at www.opo-boa.gc.ca. The Departmental Representative or his designate for this project is: Scott Jansen Scott.Jansen@nrc-cnrc.gc.ca Telephone: 416-475-3213 Contracting Authority for this project is: Collin Long Collin.Long@nrc-cnrc.gc.ca

Contact information:


Contact name:

Long, Collin

Contact email:

Collin.Long@nrc-cnrc.gc.ca

Contact phone:

613-993-0431

Contact address:

1200 Montreal Rd. Ottawa ON K1A 0R6 CA

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added
21-58068_-_tender_package_english.pdf 000 English 2021-11-12
21-58068_-_tender_package_french.pdf 000 French 2021-11-12

Attachments:


File Amendment Number Language Date added
6035_0260_dessins_de_lappel_doffres_-_grande_hauteur_-_mis-1_b.pdf Not available French 2021-11-12
6035_0260_tender_drawings_-_high_bay_-_mis-1.pdf Not available English 2021-11-12