Campbell, Ontario. Voie navigable Trent-Severn, Healey Falls.
Écluse 15. Resurfaçage du béton
Numéro de sollicitation EQ754-141004/A
Date de publication
Date et heure de clôture 2013/09/26 14:00 HAE
Date de la dernière modification
Description
Entente sur le commerce : Accord sur le commerce intérieur (ACI) Processus de demande des soumissions : Tout fournisseur intéressé peut présenter une soumission Pièce jointe : Oui (MERX) Électronique Stratégie d'approvisionnement concurrentielle : Soumissionnaire le moins-disant Entente sur les revendications territoriales globales : Non Nature des besoins : EQ754-141004/A Dhanna, Sheila Telephone No. - (416) 512-5855 ( ) Fax No. - (416) 512-5862 Campbellford, Ontario. Trent Severn Waterway, Healey Falls. Lock 15. Concrete Refacing. Project No. R.063528.301 The project consists of removing approximately 500 cubic meters of concrete and full re-facing of the lock. Re-facing will consist of using reinforced cast-in-place concrete. Work includes lock chamber walls, monoliths, copings, valve shafts and breastwall at upper gates. The construction will require installation of re-facing and pre-stressed rock anchors as well. Minor miscellaneous steel work is required for trenches and valve shafts covers. MANDATORY SITE VISIT There will be a Mandatory site visit on September 12, 2013 at 1:00 P.M. (13:00 hours) at the site. Interested bidders are to meet at the parking lot, Trent Severn Waterway, Healey Falls, Ontario. Lock 15. The site visit for this project is MANDATORY. The representative of the bidder will be required to sign the Site Visit Attendance Sheet at the site visit. Bids submitted by Bidders who have not signed the attendance sheet will not be accepted. It is mandatory that the bidder attend the mandatory site visit at the designated date and time to examine the scope of the work required and the existing conditions. Bidders are requested to register with the Contracting Officer, Sheila Dhanna at sheila.dhanna@pwgsc.gc.ca or 416-512-5855, to confirm their attendance and provide the name(s) of the person(s) who will attend, 24 hours prior to the site visit. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.. The duration of work is schedule to be completed by April 30, 2014 The estimated cost for this opportunity is within the following cost category: Between $1,500,000.00 and $2,500.000.00 IMPORTANT NOTICE TO BIDDERS IMPORTANT CHANGES TO GI01 "CODE OF CONDUCT AND CERTIFICATION OF - BID" R2710T, GENERAL INSTRUCTIONS TO BIDDERS (REFER TO SPECIAL INSTRUCTIONS TO BIDDERS SI01 3) Bidders should provide, with their bid or promptly thereafter, a complete list of names of all individuals who are currently directors of the Bidder. If such a list has not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to provide such a list within the required time frame will render the bid non-responsive. Bidders must always submit the list of directors before contract award. Canada may, at any time, request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named in the aforementioned list within a specified delay. Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive. A COMPLETE LIST OF EACH INDIVIDUAL WHO IS CURRENTLY ON THE BIDDER'S BOARD OF DIRECTORS. (SEE APPENDIX 2 OF THE "ITT" DOCUMENT) Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment 1 (ATT 1) contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure. Standard Terms and Conditions for this procurement are incorporated by reference into, and form part of the Tender and Contract Documents. The standard Public Works and Government Services Canada documents may be viewed at https://buyandsell.gc.ca/policy-and-guidelines/standard- acquisition-clauses-and-conditions-manual All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officers, Sheila Dhanna: e-mail: sheila.dhanna@pwgsc.gc.ca Telephone: (416) 512-5855, or Facsimile: (416) 512-5862 Bid Receiving: Sealed tenders will be received at Public Works and Government Services Canada, 4900 Yonge Street, Bid Receiving, 12th Floor, Toronto, Ontario M2N 6A6. Date de livraison : Indiquée ci-dessus L'État se réserve le droit de négocier les conditions de tout marché avec les fournisseurs. Les documents peuvent être présentés dans l'une ou l'autre des langues officielles du Canada.
Durée du contrat
Voir la description ci-dessus pour voir tous les détails.
Accords commerciaux
-
Accord sur le commerce intérieur (ACI)
Coordonnées
Organisation contractante
- Organisation
-
Travaux publics et Services gouvernementaux Canada
- Adresse
-
11, rue Laurier, Phase III, Place du PortageGatineau, Québec, K1A 0S5Canada
- Autorité contractante
- Dhanna, Sheila
- Numéro de téléphone
- (416) 512-5855 ( )
- Télécopieur
- (416) 512-5862
- Adresse
-
Ontario Region, Tendering Office
12th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Organisation(s) d'achat
- Organisation
-
Travaux publics et Services gouvernementaux Canada
- Adresse
-
11, rue Laurier, Phase III, Place du PortageGatineau, Québec, K1A 0S5Canada
Détails de l'offre
Tous les détails concernant cette occasion de marché sont disponibles dans les documents ci-dessous. Cliquez sur le nom du document pour télécharger le fichier. Communiquez avec l'agent(e) de négociation des contrats si vous avez des questions concernant ces documents.
Consultez la page « Pour commencer » pour obtenir plus d’information sur la façon de soumissionner, et autres sujets.