The National Research Council Canada, 75 de Mortagne Blvd, Boucherville, QC has a requirement for a project that includes: The National Research Council of Canada is first and foremost a research organization and as such has planned its future on the basis of a renewed commitment to research excellence and relevance.
This Request for Proposal (RFP) is for the delivery of minor construction and maintenance services to its facility in the Quebec region which is located at 75 Blvd de Mortagne, Boucherville. This site has a gross area of approximately 19,476 square meters and serves three main research portfolios namely Automobile and surface transportation Research, Medical devices Research.and Energy Mining and Environmental Research as well as administrative offices and laboratories for tenant companies. There are approximately 350 employees present on this site on a regular basis. The occupants have varying needs ranging from minor routine work to complex laboratory modification and equipment fit-up The intent of this RFP is to invite competent companies wishing to provide the services required and described herein to submit proposals for this work. Proponents will be required to submit a bid bond as well as performance bond.
S
UBMISSION REQUIREMENTS AND EVALUATION
The proposal evaluation will have three (3) phases, as described below.
Contractors are required to submit the following packages:
Mandatory criteria
(MC)
Management Proposal ( point rated criteria)
(MP)
Financial Proposal
(FP)
Contractors are required to submit 2 envelopes, first envelope containing an original and four (4) paper copies of their Mandatory requirements and Management Proposal, in second envelope three (3) copies of their Financial Proposal and the CD computer file.
NO FINANCIAL INFORMATION WHATSOEVER SHALL BE INCLUDED WITH THE MANDATORY REQUIREMENTS OR THE MANAGEMENT PROPOSAL.
THE FINANCIAL PROPOSAL SHALL BE SEPARATED, SEALED AND ENCLOSED UNDER SEPARATE COVER WITH THE CONTRACTOR’S PROPOSAL.
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 the bidders conference and the site visit at the designated date and time. At least one representative from proponents that intend to bid must attend.
The bidder conference and site visit will be held on October 29 th
, 2015 at
10:00
. Meet Martin Legris at BOU Building 75 Blvd de Mortagne, Boucherville, 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 November 20 th
, 2015 at 14:00.
4.
TENDER DESTINATION
Tenders are to be submitted in sealed envelopes to:
National Research Council Canada
Administrative Services and Property Management Branch
BOU Building
75 Blvd de Mortagne
Boucherville, QC
J4B 6Y4
5. SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS
5.1 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.
6.0 CSST (Commission Santé Sécurité au Travail)
.1
All Bidders must provide a valid CSST certificate with their Tender or prior to contract award.
7.0
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 contmended for contract award.
To determine the overall score obtained by a bidder, the following weighting will be used to establish the technical and financial score:
Technical weighting: 70%
Price weighting: 30%
Technical score = Bidder’s technical points x 70%
Maximum points
Financial score = Lowest priced bid x 30%
Bidder’s total evaluated price
Total score = Technical score + Financial score
Enquiries
regarding this Request for Proposals are to be submitted in writing to:
Yvonne Murphy
E-mail address: yvonne.murphy@hc-sc.gc.ca