BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.
PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT.
BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.
The only acceptable email address for responses to the bid solicitation is soumissionsami-bidsrpc@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted.
The only acceptable facsimile for responses to bid solicitations is 1-855-983-1808.
The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size.
The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2).
Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments.
SPECIAL INSTRUCTIONS TO BIDDERS (SI)
This is a two stage selection process. Bidders responding to this selection process are requested to submit a bid in two stages. This posting is the first stage (Stage One) of a two-stage solicitation process: the first stage will evaluate the qualifications of all interested suppliers; the second stage (Stage Two) will invite the qualified suppliers to provide further qualifications and a financial bid on the project based on the specifications and drawings. Upon award of contract in Stage Two the pre-qualification list will expire and will not be used in any other solicitation. The qualification list will expire within 180 days or upon award of a contract in Stage Two, whichever is earlier, and the prequalification list will not be used in any other solicitation.
Following the evaluation of the submissions of Stage One, bidders will be advised of their qualification result and the status of the tender. Parks Canada reserves the right to re-issue Stage One via a /B solicitation if it is determined there is insufficient competition to proceed with Stage Two. Bidders that have qualified in Stage One /A will not be required to resubmit on the Stage One /B. Bidders that failed to demonstrate compliance on the Stage One /A may resubmit and will be considered in Stage One /B.
Stage Two Bidders will be provided an INVITATION TO TENDER (ITT) for further qualifications and the financial evaluation in relation to the specifications and drawings. Please note that the ITT used in Stage 2 of this process will be a Two-Envelope ITT with a technical evaluation component and a price evaluation component. The attached sample is only being provided for bidders to reference the General Conditions.
LIST OF PRE-QUALIFIED BIDDERS:
A list of pre-qualified bidders from Stage One will not be released. Contract award notice of the successful bidder of Stage Two will be posted on http://canadabuys.canada.ca/en/tender-opportunities
REQUIREMENT
Parks Canada requires a qualified contractor to complete Phase 2 of the Banff East Gate Utility project involving civil earthworks, installation of shallow underground utilities, demolition of a pumphouse, and various siteworks including paving, restoration and landscaping for all disturbed areas.
The sanitary scope includes:
- Replacement of a lift station (new manhole, grinder pumps, floats, electrical)
- Re-installation of a section of pre-insulated sanitary line that was installed with insufficient cover (south of Lane 3 asphalt, tied into new sanitary lift station)
The electrical scope includes:
- Installation of 2” and 4” PVC Conduit runs with tie-ins to existing buildings and in-ground junction boxes
- Demolition and removal of electrical components within pumphouse building prior to demolition
The natural gas scope includes:
- Replacement of natural gas distribution lines
- Tie-ins to existing equipment in 3 buildings
The siteworks scope includes:
- Asphalt, curb, and concrete removals in Lane 1 and 2 to complete electrical, gas and sanitary installation
- Backfill and re-compaction
- Curb and sidewalk replacement (where required due to utility cut)
- Asphalt Replacement in areas of utility cut
- Demolition of old pumphouse including capping of all utilities and removal/disposal of concrete foundations.
- De-commissioning of abandoned raw water well
- Restoration and Landscaping
Traffic Management
- Maintenance of site and management of traffic in busy vehicular gate area
To assist with bonding and insurance requirements, this project is estimated at a value between $250,001 > $500,000, Taxes extra.
BIDDERS’ CONFERENCE
A bidders' conference will be held via teleconference on June 12, 2025. The conference will begin at 12:00PM (MDT). The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. It is recommended that bidders who intend to submit a bid participate.
Bidders are requested to communicate with the Contracting Authority before the conference to confirm participation and obtain the dial-in coordinates. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be participating and a list of issues they wish to table no later than June 11, 2025 at 12:00PM (MDT).
Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. Bidders who do not participate will not be precluded from submitting a bid.
PERIOD OF CONTRACT / DELIVERY DATE
Contractor shall perform and complete the Work no later than November 15, 2025.
ENQUIRIES
All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority.
Enquiries regarding this solicitation must be submitted in writing and should be received no later than five business days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided.
INFORMATION
National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act.
Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at www.canadabuys.canada.ca/en/tender-opportunities. Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered.
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation.