25-58127
VIC01 BAS Upgrade
The National Research Council Canada, 5071 West Saanich Road Victoria, has a requirement for a project that includes:
Work under this contract covers the installation of a BAS replacement for all existing mechanical controls including additional controls to add local building infrastructure located at the Dominion Astrophysical Observatory site in Victoria.
The replacement system is to be completely independent of the National Research Canada (NRC) network and accessible to NRC staff through two hardwired workstations and remotely connected through a secured VPN ethernet internet connection. Non-mechanical existing JC controls lighting and fire life safety controls servicing the ATP building will remain connected to the NRC network.
The existing site 2-wire control network is to be reused where available and added to as required to connect several remote building systems. New control wiring is to be added where indicated for upgrades and to connect the replacement of an existing pneumatic locally controlled heating system to electronic control specific to the administration building (1988 building).
BACnet SC (secure) is included as an extra level of security attached to the replacement BAS. The addition of programming options to allow future capability for energy analysis and energy savings applications is to be available within the programming package.
1. GENERAL
Questions regarding any aspect of the project are to be addressed to and answered only by the Contracting Authority.
Any information received other than from 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 CanadaBuys.gc.ca TMA services provider. Addenda, when issued, will be available from the CanadaBuys.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 October 29th and October 30th 2025 at 10:00am PDT. Meet Camelia Kalakhi at 5071 West Saanich Road, Main Entrance, Victoria, BC. 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. ENQUIRIES - DURING THE BIDDING PERIOD
All enquiries must be submitted in writing to the Contracting Authority no later than ten (10) calendar days before the bid closing date. Enquiries received after that time may not be answered.
Contracting Authority, Procurement Services
National Research Council Canada
Name: Collin Long - Collin.Long@nrc-cnrc.gc.ca
To ensure the equality of information among Bidders, responses to general enquiries will be made available to all bidders unless such publications would reveal proprietary information. The bidder who initiates the question will not be identified. Technical questions that are considered proprietary by the bidder must be clearly identified. NRC will respond individually to the bidder if it considers the questions proprietary. If NRC does not consider the question proprietary, the bidder submitting it will be allowed to withdraw the question, or have the question and answer made available through the Open Bidding System (OBS) to all bidders.
Bidders who attempt to obtain information regarding any aspect of this Tender during the solicitation period through any NRC contacts other than the Contracting Authority identified herein, may be disqualified (for that reason alone).
It is the responsibility of the Bidder to obtain clarification of the requirement contained herein, if necessary, prior to submitting its proposal. The Bidder must have written confirmation from the Contracting Authority for any changes, alterations, etc., concerning this Tender.
Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada.
4. TENDER CLOSING DATE
Tender closing date is November 19, 2025 at 2:00pm PST.
5. TENDER RESULTS
Following the evaluation of the proposals received, bidders will be notified of their own results as well as
the winner. A notice of contract award will subsequently be published on CanadaBuys.
6. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
6.1 MANDATORY SECURITY REQUIREMENT:
This procurement contains a mandatory security requirement as follows:
1. The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
2. 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: https://www.tpsgc-pwgsc.gc.ca/esc-src/msi-ism/index-eng.html
6.2 VERIFICATION OF SECURITY CLEARANCE AT BID CLOSING
1. 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.
2. 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.
3. For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956.
7.0 POLICY ON RECIPROCAL PROCUREMENT
Reciprocal Procurement - Limited Supplier Eligibility
Completed Annex ”H” – Declaration – Reciprocal Procurement MUST be included with all bid submissions.
Reciprocal Procurement - Limited Supplier Eligibility This Solicitation of Offer Submission Eligibility. This solicitation of offers is subject to the Policy on Reciprocal Procurement. This means that only Canadian Suppliers {|Insert, if applicable: and Suppliers of an Applicable Trading Partner}, as defined below, are eligible for this solicitation of offers. Offers submitted by Suppliers other than those identified as eligible will be rejected.
"Applicable Trading Partner" means a country or customs territory other than Canada that is listed, pursuant to the schedule to the Canadian International Trade Tribunal Procurement Inquiry Regulations, as a party to any of the trade agreements applicable to this solicitation.
"Canadian Supplier" means a supplier that has a place of business in Canada where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours; or, a joint venture where each member of the joint venture has a place of business in Canada where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours.
“Joint Venture” means an association of two or more Parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to offer together on a requirement.
"Supplier of an Applicable Trading Partner" means a supplier that has a place of business in an Applicable Trading Partner where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours; or, a joint venture where at least one member of the joint venture has a place of business in an Applicable Trading Partner where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours, and all other members of the joint venture either have a place of business in an Applicable Trading Partner where they conduct activities on a permanent basis that is clearly identified by name and accessible during normal business hours or are a Canadian Supplier.
"Supplier of a Non-Trading Partner" means any supplier that is not a Canadian Supplier or a Supplier of an Applicable Trading Partner; or, a joint venture where any member of the joint venture is not a Canadian Supplier or a Supplier of an Applicable Trading Partner.
8.0 PERFORMANCE EVALUATION
The performance of the Contractor during and upon completion of the work shall be evaluated by Canada. The evaluation shall be based on the quality of workmanship; timeliness of completion of the work; project management, contract management and management of health and safety. Should the Contractor's performance be considered unsatisfactory, the Contractor's bidding privileges on future work may be suspended indefinitely.
The form PWGSC-TPSGC 2913, https://www.tpsgc-pwgsc.gc.ca/app-acq/forms/2913-eng.html SELECT - Contractor Performance Evaluation Report Form, is used to record the performance.
9.0 CERTIFICATIONS AND ADDITIONAL INFORMATION
Bidders must provide the required certifications and additional information (if applicable) to be awarded a contract.
The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.
The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract.
8.1 Ineligibility and Suspension Policy
a. Mandatory Compliance. The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the solicitation of bids is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the solicitation of bids. The Bidder must comply with the Policy and Directives, which can be found at the Office of Supplier Integrity and Compliance website.
b. Policy Summary. The Policy sets out the circumstances under which Canada may determine that the Supplier is ineligible to enter, or is suspended from entering into a Contract with Canada. The list of ineligible and suspended Suppliers is maintained on the Office of Supplier Integrity and Compliance website.
c. Bidder Responsibilities. The Bidder must provide the following:
i. a List of names for integrity verification that includes all information required by the Policy (section 13 – Disclosure); and
ii. if the Bidder is unable to certify all of the statements in subsection d, a completed Integrity declaration form providing all requested information and details of any material event that may affect the status of itself, its affiliates or its proposed first-tier subcontractors under the Policy.
d. Bidder Certifications. Subject to subsection e, by submitting a bid in response to this solicitation of bids, the Bidder certifies that:
i. it has read and understands the Ineligibility and Suspension Policy;
ii. it understands that certain circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
iii. it is aware that Canada may request additional information, certifications, and validations from the Bidder or a third party for the purpose of making a determination of ineligibility or suspension;
iv. none of the circumstances described in Appendix 2 of the Policy that will or may result in a determination of ineligibility or suspension, apply to itself, its affiliates or its proposed first tier subcontractors; and
v. it is not aware of a determination of ineligibility or suspension issued by Canada that applies to it.
e. Integrity Declaration Form. Where a Bidder is unable to provide any of the certifications required by subsection d, at the time of its bid it must submit a completed Integrity declaration form.
f. Compliance with Certifications. Canada will declare non-compliant any bid in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after award of the Contract that the Bidder provided a false or misleading certification or declaration, Canada may terminate the Contract for default. Pursuant to the Policy, Canada may also determine the Bidder to be ineligible for award of a Contract for providing a false or misleading certification or declaration.
10.0 WSBC (WORK SAFE BC)
.1 All Bidders must provide a valid WSBC certificate with their Tender or prior to contract award.
11.0 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.
.2 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.
Contracting Authority for this project is: Collin Long
Collin.Long@nrc-cnrc.gc.ca