1. English Description
DEFENCE CONSTRUCTION CANADA (DCC) – HQ1076D1 – New Building ME46, Kingston Ontario.
Defence Construction Canada (DCC) invites general contractors to express their interest in providing all labour, materials, and equipment necessary to build a 11,689 square meter building that will serve as an operational center for the 21 Electronic Warfare (EW) Regiment. The building will include vehicle storage, maintenance as well as supporting office, classroom and mixed-use spaces. Refer the New Building ME46 Summary document for further details.
This Request for Expression of Interest (RFEOI) is the first step of a two-step solicitation process, the second step being the Tender Phase. Only the general contractors who will have responded to this RFEOI will be invited to submit a bid during the Tender Phase.
DCC reserves the right to terminate this solicitation at the end of the RFEOI.
This solicitation is being conducted in accordance with the requirements set out in the Canadian Free Trade Agreement (CFTA), Chapter Nineteen of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the World Trade Organization Agreement on Government Procurement (WTO-GPA).
2. Project Background
A detailed project background can be reviewed in the ME46 Building Summary
3. Documents
Technical plans and specifications are not available during this RFEOI and will be provided during the Tender Phase; however, the Standard Construction Contract Documents for Electronic Bidding, DCL 250E, are available on DCC's website: https://www.dcc-cdc.gc.ca/industry/forms.
Tenderers are advised that this contract is subject to DCC's Procurement Code of Conduct, which can be downloaded at https://www.dcc-cdc.gc.ca/industry/forms. A contractor or supplier who has been declared ineligible or suspended by Public Services and Procurement Canada under its Ineligibility and Suspension Policy and whose period of ineligibility or suspension may not have expired will not be able to proceed to the second stage.
Bid security will be required during the Tender Phase in accordance with DCL193E- Instructions for Bidders for Electronic Bidding item 11.
4. Estimate
The Rough Order Magnitude estimate / Construction Cost Limit for this Contract is $68,000,000.00 Million (Current Year $).
This amount includes all construction costs for the work as described in the New Building ME46 Summary document.
This amount excludes HST, design costs, travel and disbursements, consultant fees and expenses, IT equipment and contingencies.
5. Schedule
DCC will proceed with the Tender Phase around October 2025.
The works shall reach substantial completion no later than 784 calendar days following the notification of contract award and shall be completed no later than 119 calendar days after the substantial completion date.
6. Site Visit
No site visits will be offered during the RFEOI however, during the Tender Phase, bidders will be invited to a site visit.
7. Access to information Act
Tenderers are advised that DCC is subject to the provisions of the Access to Information Act (Canada). Information submitted may be eligible for disclosure in accordance with the requirements of the Act.
8. Questions and Clarifications
Any questions or requests for clarification must be submitted in writing to DCC's Coordinator, Contract Services whose contact information can be found in the Electronic Bid System.
DCC reserves the right to request clarification and/or confirmation regarding any aspect of this RFEOI to the Tenderer.
In such a case, the Coordinator, Contract Services will be responsible for making the request. The request for clarification and/or confirmation will be sent to the contact person identified on the Electronic Submission System.
9. Language of the Tender and the Contract
By submitting a response to this RFEOI, Tenderers will be invited to choose the desired official language for the tender documents and any resulting contract.
In the Tender Phase, tender documents will be published in the language chosen by the Tenderer in the Electronic Bid System.
Unless otherwise specified in the Contract, all Contract Documents to which the Contract applies or refers, as well as all deliverables, documents, reports and results of the work, services or goods that the Contractor submits, provides, or delivers to DCC or Canada in connection with the performance of the Contract, shall be in the language chosen by the Contractor on the Electronic Bid System.
10. Joint Venture
A joint venture is an association of two or more parties that pools their funds, assets, knowledge, expertise, or other resources into a joint business venture, sometimes called a consortium, to bid together for a requirement. Tenderers submitting interest as a joint venture will be required to clearly indicate in the Electronic Submission System that they are forming a joint venture and should provide the following information:
- the name of the joint venture, if applicable,
- the name of the representative of the joint venture, i.e., the member chosen by the other members to represent them, if applicable,
- the name of each member of the joint venture.
11. Security Requirements During Construction
The Contractor will be required to hold, at all times during the performance of the construction contract, at least a valid Designated Organization Screening (DOS) issued by Public Services and Procurement Canada's (PSPC) Contract Security Program (CSP). In the case of a joint venture, all parties to the joint venture must hold at least a valid Designated Organization Screening (DOS).
DCC has issued an Advance Procurement Notice (APN) number HQ1076D1_83693 to allow contractors that do not hold a valid Designated Organization Screening (DOS) security clearance to initiate the sponsorship process prior to the launch of the tender phase. For information on the sponsorship process, consult the APN on MERX or visit https://www.dcc-cdc.gc.ca/industry/security-requirements.
To be eligible to participate in the tender phase, a Tenderer who does not hold a valid Designated Organization Verification (DOS)/ Facility Security Clearance (FSC) security clearance will be required to:
- have submitted a Sponsorship application prior to the date of publication of the Tender phase (second step Tender Phase) as indicated in the Electronic Bidding System (MERX);
- meet all material requirements of the sponsorship application package by the closing date of the tender call (Tender phase) as indicated in the Electronic Bidding System (MERX); and
- Have submitted a response to this RFEOI.
” sponsorship application” means the activity of having completed the questionnaire on the DCC web page and having forwarded the answers to the DCC Industrial Security Program (ISP)”.
” sponsorship application package” means the activity of completing and forwarding the following forms to the DCC Industrial Security Program (ISP): the Application for Registration (AFR) for Canadian legal entities form, the Company Security Officer form, the Security Agreement form, the Security Clearance form, the Fingerprints Applicant form, the Alternate Company Security form and the Personnel Screening form”.
Failure to comply with these requirements will result in a tenderer not being allowed to participate in the tender phase. However, if DCC determines, in its sole discretion that the tenderer could not comply with these requirements because of an undue administrative delay on the part of CSP or DCC, DCC may, in its sole discretion, allow the tenderer to participate in the tender phase.
12. Closing Location
Responses to this RFEOI must be received through the Electronic Bidding System. Responses sent by fax, mail or email will not be accepted.
13. Closing Date and Time
The closing date and time indicated in the Electronic Submission System will be the official closing date and time of this RFEOI.