M50 ATF COOLING TOWER REPLACEMENT
The National Research Council Canada, 1200 Montreal Road Ottawa, has a requirement for a project that includes:
Work under this contract covers the replacement of an existing cooling tower at the Council's Building M50 of the National Research Council.
Complete bid packages will only be accepted via email to:
alain.leroux@nrc-cnrc.gc.ca
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 September 22, 2020 and September 23, 2020 at 10:00 am. Meet Allan Mackenzie at M-50 building, Main Entrance, 1200 Montreal Road, Ottawa, ON. 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.
* 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 48 hours ahead of the job showing. Please register by emailing Richard Croucher 613 612-3056 (Richard.croucher@nrc-cnrc.gc.ca). Proponents shall provide contact name, email and phone number of person attending.
At the site visit, to limit contact and risks:
The proponents will stay and wait in their vehicle until being called to the site visit meeting point by the NRC Departmental Representative.
The proponents will not be asked to sign the Attendance Form. Upon arrival at the site visit meeting point, The NRC Departmental Representative will gather the proponent’s identification and contact information verbally and mark it down on the Attendance Form on their behalf. It is the responsibility of all proponents to provide their identification and contact information as mandatory proof of attendance.
The proponents will sanitize their hands at the hand sanitizing station.
The site visit will proceed with a maximum of three (3) proponents at a time. Each group will have approximate 60 minutes to review the site. The site visit will continue with the next round of three (3) proponents until each one has had a chance to review the site.
The site visits will 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 is imperative.
Depending on the anticipated amount of pre-registration, the NRC may decide to schedule time slots for every group of three (3) 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 verbally at the site visit will be deemed non-responsive.
3 .
CLOSING DATE
Closing date is October15 th , 2020 at 14:00.
4. TENDER RESULTS
Following the Tender closing, the tender results will be sent by email to all Contractors who submitted a tender
5.1 MANDATORY SECURITY REQUIREMENT:
This procurement contains a mandatory security requirement as follows:
1 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.
2 The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
3 The Contractor must comply with the provisions of the:
a. Security Requirements Checklist attached at Appendix “D”
b. Industrial Security Manual (Latest Edition) available at:
http://ssi-iss.tpsgc-pwgsc.gc.ca/ssi-iss-services/eso-oss-eng.html
5.2 VERIFICATION OF SECURITY CLEARANCE AT BID CLOSING
1
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.
2 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.
3 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.
4 For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956.
6.0 WSIB (Workplace Safety and Insurance Board)
All Bidders must provide a valid WSIB certificate with their Tender or prior to contract award.
7.0
Office of the Procurement Ombudsman
1) 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.
2) Contract Clauses -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 .
3) Contract clause -Contract Administration
he 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.
The Departmental Representative or his designate for this project is: Alan Mackenzie
Telephone:
613 229-1095.
Allan.MacKenzie@nrc-cnrc.gc.ca
Contracting Authority for this project is:
Alain Leroux alain.leroux@nrc-cnrc.gc.ca
COVID-19 Construction Site Protocol
To help prevent the spread of COVID-19, NRC requires contractors who are managing construction sites within our buildings or on our grounds to include a COVID-19 Construction Site Protocol as part of their Site Specific Health and Safety Plan. Below you will find the expected actions and requirements that should be included in this protocol. For further information and guidance on prevention of the spreading of the COVID-19 virus on construction sites, please refer to the Canadian Construction Association website ( https://www.cca-acc.com/ ).
All NRC contractors and service providers have a responsibility to report to the NRC departmental representative any confirmed COVID-19 in the workplace.
NRC Contractors must provide their COVID-19 Plan as part of their site specific safety plan
HYGIENE PRACTICES:
Clean your hands with soap and water for 20 seconds – before you eat, at the end of the workday, during the work shift whenever possible, and when you get home from work.
Practice physical distancing of two metres (six feet).
Do not shake hands; avoid physical contact.
Do not share food, drinks, cigarettes, and personal hand tools.
Do not touch your face, eyes, nose, and/or mouth with unwashed hands (i.e. when smoking, drinking water, eating, etc.).
Follow good respiratory etiquette by covering your mouth and nose with a tissue or the crease of your elbow when you sneeze or cough.
Regularly clean and disinfect commonly touched surfaces and tools.
PROJECT MEETINGS AND ONSITE PRACTICES:
Maintain a sign-in sheet to record attendance on site each day (sign-in, sign-out)
Communicate to personnel a muster point with the Departmental Representative in case of building evacuation.
Limit the number of persons in meetings (kick off meetings, health and safety talks, etc.)
Ensure there is at least 2 metres one chair spacing between workers. This may require hosting video conferences or teleconferences more often. Where practical, move meetings outdoors and reinforce social distancing.
Disinfect used pens, tables, chairs, after each meeting.
Post signage at multiple locations on site.
During subcontractor orientation meetings, discuss:
Muster point location in case of evacuation as determined by the supervisor and the Departmental Representative.
Physical distancing of two metres (six feet) at all times.
Hygiene and location of hand washing and hand sanitization stations.
What the company is doing at the site to promote a safe workplace and remind them that their health is important to you.
Where the safety posters are located.
The importance of reporting to their supervisor if they are feeling unwell and leaving the project.
HEALTH VERIFICATION OF PERSONNEL:
Question all site visitors on the current status of their health. At the start of shifts, the supervisor is to confirm the health status of contractor personnel through discussions and notify the Departmental Representative of any issues.
Document the conversation. This could be as simple as recording answers to the following questions:
Have you traveled internationally in the past 14 days?
Have you been in contact with someone who has traveled internationally in the past 14 days?
In the past 14 days, have you come into close contact (within two metres) with someone who has received a laboratory-confirmed COVID-19 diagnosis?
Do you feel ill in any way – sore throat, coughing, fever,runny nose, muscle ache,headache and difficulty breathing ?
The supervisor, each day, is to ask for updates from workers who have left the site for self-isolation. Document any changes.
At the end of shifts, the contractor shall confirm the health status of personnel through discussion with the sub-contractor supervisors and notify the Departmental Representative of any issues.
RESPONSE TO SUSPECTED OR CONFIRMED COVID-19 CASES:
Should an employee develop symptoms of respiratory illness (fever, cough or difficulty breathing),
they should isolate themselves from others as quickly as possible .
The employee’s direct supervisor should send the employee home (avoiding the use of public transportation) and ask them to follow the advice of the local public health authorities.
The following actions must immediately be taken by the supervisor if a positive COVID-19 case has been confirmed with an employee::
Report the occurrence immediately to the RPPM Departmental Representative on site.
Report the occurrence to their management team or appropriate authority representing the contractor of service provider.
Report to the local Public Health Authorities.
The NRC is requiring all Contractors and Service Providers to take this consistent approach when dealing with suspected or confirmed cases of COVID-19 in the workplace.
PLEASE NOTE:
This will now become an appendix of the Site Specific Health and Safety plan that the National Research Council requires prior to the start of projects.