DEC – Infrastructure Improvement Project for the NRC Montreal-Decelles Site
The National Research Council Canada, 5145 Decelles Avenue, Montreal University Campus, Montreal, QC has a requirement for a project that includes:
SUMMARY
The Montréal-Decelles infrastructure project aims to optimize space availability and
the building utilities and systems in an effort to better support the scientific
community and research projects conducted at the site.
The work described in this contract solely applies to NRC-Decelles.
The contract method is contractor-led design-build (also called design-construction).
With this method, the Contractor is mandated to hire architects and engineers to
prepare the plans and specifications for the work described in the contract, and then
proceed with the execution of the work itself.
3. SCOPE OF WORK
Work under this contract covers the design, calculation, and drawing by the
Contractor of the requirements stated in these specifications, as well as the
demolition, construction, and renovation work required to achieve the end result as
described herein. This to achieve the performance levels needed for the proper
functioning of the building, and of the research conducted therein.
Generally, this contract includes at least the following:
Adding an intermediate floor in the integration laboratory section, to be used
as a clean room for all work associated with the fabrication of composite
materials;
CNRC-NRC Section 00 10 00
Project No. IMC0200M, Advanced Manufacturing Initiative GENERAL INSTRUCTIONS
Montréal-Decelles Infrastructure Project Page 2 of 16
Modifying the integration laboratory’s robotics work station, and creating a
controlled-atmosphere robotics laboratory;
Transforming part of the offices on Level 2 into workshops and service areas
in support of research activities;
Modifying laboratories 110 and 111 on Level 1;
Adding a service elevator between Levels 1 and 2 of the integration
laboratory;
Adding a standard-compliant oil storage facility for cutting and hydraulic oils,
and expanding the refuse room;
Relocating machine shop 124, robotics laboratory 126, and storage room 125;
Redesigning the women’s, men’s and accessible washrooms;
Adding a walk-in freezer;
Adding a chilled-water circuit in support of research activities;
Modifying the various ventilation, exhaust, HVAC, chemical fume hood, and
other mechanical and electrical building systems;
.12 Various ad hoc interventions.
.3 The project also includes, at least, health & safety management in all work areas,
calibrations, system start-ups, as-built drawings, worksite coordination, temporary
works, as well as any other activity that may be required to complete the project.
Mandatory selection criteria
Bidders must demonstrate that they have been established as General Contractor for at least 15 years and that they chiefly work in commercial and industrial construction of at least equivalent scope to this contract.
Bidders must demonstrate that their key personnel must be able to travel to the jobsite in less than two (2) hours from the nearest branch location. Bidders must demonstrate that their branch location closest to the jobsite has been in use as a place of business for at least one (1) year, and that a minimum five (5) employees work there on a full-time basis. Provide address of branch location that meets these requirements.
Bidders shall provide a viable preliminary work schedule, taking into account the time constraints stated in the General Terms and FTP, including the mandatory project end date.
Bidders must be present at either one of the two mandatory site visits which will take place at 5145, Decelles Ave. Montreal H3T 2B2 on the following times and dates :
Monday July 10 th , 2017 at 13:30
Thursday July 6 th , 2017 at 10h30
1. 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.
2. 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 July 10 th , 2017 at 13:30 and July 6 th
, 2017 at
10:30
. Meet Georges Payne at DEC Building , 5145 Decelles Avenue, Montreal University Campus, Montreal, QC. Bidders who, for any reason, cannot attend at the specified date 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.
As proof of attendance, at the site visit, the Contracting Authority will have an Attendance Form which MUST be signed by the bidder’s representative. It is the responsibility of all bidders to ensure they have signed the Mandatory Site Visit Attendance form prior to leaving the site. Proposals submitted by bidders who have not attended the site visit or failed to sign the Attendance Form will be deemed non-responsive.
3 .
TENDER CLOSING DATE:
Tender closing date is August 9 th
, 2017 at 14:00
4. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
4.1 MANDATORY SECURITY REQUIREMENT:
.1
All personnel that will be involved with the project must be security screened to
RELIABILITY
status level as defined in the security policy of Canada.
5.0 WSIB (Workplace Safety and Insurance Board)
5.1
All Bidders must provide a valid WSIB certificate with their Tender or prior to contract award.
6.0
Office of the Procurement Ombudsman
.1
Dispute Resolution Services
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, on request or consent of the parties to participate in an alternative dispute resolution process to resolve any dispute between the parties respecting the interpretation or application of a term and condition of this contract and their consent to bear the cost of such process, provide to the parties a proposal for an alternative dispute resolution process to resolve their dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at
boa.opo@boa-opo.gc.ca .
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 supplier or the contractor or the name of the entity awarded this contract ] respecting administration of this 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, and the interpretation and application of the terms and conditions and the scope of the work of this contract are not in dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at
boa.opo@boa-opo.gc.ca .
.3 The Office of the Procurement Ombudsman (OPO) was established by the Government of Canada to provide an independent avenue for suppliers to raise complaints regarding the award of contracts under $25,000 for goods and under $100,000 for services. You have the option of raising issues or concerns regarding the solicitation, or the award resulting from it, with the OPO by contacting them by telephone at 1-866-734-5169 or by e-mail at
boa.opo@boa-opo.gc.ca . You can also obtain more information on the OPO services available to you at their website at www.opo-boa.gc.ca.
The Departmental Representative or his designate for this project is:
Georges Payne
Telephone:
418 545-5530
Contracting Authority for this project is:
Alain Leroux
alain.leroux@nrc-cnrc.gc.ca
Telephone : 613 991-9980