22-58122M12 and M36 Parking Lot and Storm Sewer RehabilitationYou are invited to submit one electronic Technical Proposal and one electronic Tender Form in two separate attachments to fulfil the following requirement forming part of this Request for Proposal. One attachment must be clearly marked ‘Technical Proposal’ and the other attachment must be marked ‘Tender Form’. All financial information must be fully contained in the Tender Form, and only in the Tender Form. Vendors who provide financial information in the technical proposal will be disqualified. All proposals should include the front page of this RFP duly completed.The work under this contract covers the parking lot and storm sewer rehabilitation at the Council's buildings M-9, M-12 and M-36 located at the Montreal Road Campus of the National Research Council ofMANDATORY CRITERIA: The Construction Tender Form (bid) will be evaluated to determine if all mandatory requirements detailed in this Table "Mandatory Criteria" have been met. Any Tender Form which fails to meet any of the mandatory requirements will be considered non-compliant and will not be given further consideration.In the table below include the page number(s) of your bid form that demonstrates you meet that specific requirement.MANDATORY CRITERIAMandatory CriteriaBid FormPage # (s)(Proponent to Insert)1The Proponent must have a minimum of ten (10) years’ experience in the execution of road building and sewer projects, and as a contractor providing construction services comparable to this tender. Provide two project examples, including approximate value of work and a client reference. Provide a company profile and relevant history. A total of four pages (letter size) maximum for this criteria.2The Proponent must supply the CV for the proposed company construction site supervisor. The proposed construction site supervisor must possess a minimum of 5 years’ experience in contract/construction administration, as a site supervisor or similar position. The 5 years’ minimum experience must be related to the project’s field of work. Two pages (letter size) maximum for this criteria.3The Proponent must supply the CV for the proposed company project manager. The proposed project manager must possess a minimum of 5 years’ experience in contract/construction administration, as a site supervisor or similar position. The 5 years’ minimum experience must be related to the project’s field of work. Two pages (letter size) maximum for this criteria.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 bidders that intend to bid must attend.The site visits will be held on March 21st and March 23rd 2023 at 9:30 am. Meet Benoit Huot at Building M-36, 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.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.CLOSING DATE Closing date is May 4th, 2023, 14:00TENDER RESULTS Following the Tender closing, proposals will be evaluated and notice of individual 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.htmlVERIFICATION 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 biddersThe 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 AdministrationThe 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 ResolutionThe 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: Benoit HuotBenoit.Huot@nrc-cnrc.gc.caTelephone: (613) 808-3650Contracting Authority for this project is: Collin Long Collin.Long@nrc-cnrc.gc.ca