5P468-24-0204/A - Cabot Trail Renovations, Cape Breton Highlands National Park (Канада - Тендер #61113483) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Канада (другие тендеры и закупки Канада) Организатор тендера: www.merx.com Номер конкурса: 61113483 Дата публикации: 29-01-2025 Источник тендера: www.merx.com |
||
cb-999-70706646
Issuing OrganizationParks Canada
Solicitation TypeITQ - Invitation to Quote (Informal)
Solicitation Number5P468-24-0204/A
TitleCabot Trail Renovations, Cape Breton Highlands National Park
Source IDPWGSC
Agreement TypesCanada-Chile Free Trade Agreement (CCFTA)
Canada-Colombia Free Trade Agreement
Canada-European Union Comprehensive Economic and Trade Agreement(CETA)
Canada-Honduras Free Trade Agreement
Canada-Korea Free Trade Agreement
Canada-Panama Free Trade Agreement
Canada-Peru Free Trade Agreement (CPFTA)
Canadian Free Trade Agreement (CFTA)
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
North American Free Trade Agreement (NAFTA)
World Trade Organization Agreement on Government Procurement (WTO-AGP)
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
Canada-Ukraine Free Trade Agreement (CUFTA)
Canada
2025/01/28 12:00:00 AM EST
Closing Date2025/02/05 01:00:00 PM EST
christine piché
(873) 355-8841
Christine.piche@pc.gc.ca
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 (1) a technical evaluation component and (2) an Indigenous Participation Plan (IPP) and (3) a price evaluation component.
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
Work on this Contract covers the furnishing of all labour, materials and equipment required to provide construction services to upgrade drainage structures, mill existing asphalt, pulverize,
place aggregates and pave.
To assist with bonding and insurance requirements, this project is estimated at a value between above $5,000,001, Taxes extra.
PERIOD OF CONTRACT / DELIVERY DATE
Contractor must perform and complete the Work no later than September 26, 2025.
PARTNER WITH INDIGENOUS BUSINESS
To add your company name to the list of interested Indigenous businesses please contact the Contracting Officer, whose information is found in the Contact information tab.
In Stage 2, bidders may be evaluated on their firm guarantee to use Indigenous sub-contractors for services or the procurement of supplies and equipment from Indigenous suppliers.
The list of interested Indigenous businesses for a specific tender opportunity does not replace or affect the processes in place for that opportunity. Businesses must still respond to bid
solicitations and compete based on established bid criteria.
The list is provided solely for the convenience of businesses. Parks Canada does not:
• offer any guarantee in that regard;
• endorse businesses that are found on any lists;
• take any responsibility for the re-use of the information by any organization or entity.
Note to Bidders: As required by the Indigenous Participation Plan evaluation criteria subcontractors must be confirmed as Indigenous businesses to be eligible to score points. Verification of
Indigenous businesses is the responsibility of the Bidder.
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 three (3) 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 http://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.