Changeflow GovPing Trade Procurement High Voltage Electrical Upgrade Tender - Nation...
Priority review Notice Added Final

High Voltage Electrical Upgrade Tender - National Research Council Canada

Favicon for canadabuys.canada.ca CanadaBuys Latest Tenders
Published March 13th, 2026
Detected March 14th, 2026
Email

Summary

The National Research Council Canada has issued a tender for a High Voltage Electrical Upgrade project in St. John's, NL. The tender closes on April 2nd, 2026, and requires mandatory site visits for interested bidders.

What changed

The National Research Council Canada (NRC) has released a tender (Solicitation number 25-58295) for a High Voltage Electrical Upgrade project at its building in St. John's, Newfoundland and Labrador. The tender is open for submission until April 2nd, 2026, with the lowest evaluated price determining the award. A mandatory site visit is required on March 18th or 19th, 2026, and attendance must be formally recorded.

Firms interested in bidding must obtain tender documents through the CanadaBuys.gc.ca TMA services provider and submit their electronic Tender Form via email to NRC.BidReceiving-ReceptiondesSoumissions.CNRC@nrc-cnrc.gc.ca. Failure to attend the mandatory site visit will result in the tender being considered non-responsive. All questions regarding the project must be directed to the Contracting Authority.

What to do next

  1. Obtain tender documents from CanadaBuys.gc.ca TMA services provider
  2. Attend mandatory site visit on March 18 or 19, 2026
  3. Submit electronic Tender Form by April 2, 2026

Penalties

Tenders submitted by firms that do not attend the mandatory site visit will be considered non-responsive.

Source document (simplified)

Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, March 13 from 7:00 pm until 11:00 pm (EST)

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.


STJ High Voltage Electrical Upgrade

Solicitation number 25-58295

Publication date

2026/03/13

Closing date and time 2026/04/02 12:30 EDT

Status Status
Open

| Time to closing | |
| 19 days | 15:59 hours |

Description

25-58295
STJ High Voltage Electrical Upgrade

You are invited to submit one (1) electronic Tender Form to fulfil the following requirement forming part of this Request for Proposal. The attachment must be clearly marked ‘Tender Form’. All financial information must be fully contained in the Tender Form, and only in the Tender Form. All proposals should include the front page of this RFP duly completed.

The National Research Council Canada, 1 Arctic Avenue, St-John’s NL has a requirement for a project that includes:

Work under this contract covers the high voltage electrical upgrades in the Council's Building in St. John’s Newfoundland and Labrador of the National Research Council (NRC).

Lowest evaluated price

A proposal must comply with the requirements of the solicitation and meet all mandatory criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

Tender Destination

a) Tenders are to be submitted by email only:
National Research Council Canada

NRC.BidReceiving-ReceptiondesSoumissions.CNRC@nrc-cnrc.gc.ca

Endorsed “Tender for (insert title of work as it appears in the drawings and specifications)” and must bear the name and address of the tenderer.

b) Unless otherwise specified, the only documents required to be submitted with the tender are the Tender form and the Bid Security.

1.0 GENERAL

Questions regarding any aspect of the project are to be addressed to and answered only by the Contracting Authority or Representative.

Any information received other than from 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 CanadaBuys.gc.ca TMA services provider. Addenda, when issued, will be available from the CanadaBuys.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.

2.0 MANDATORY SITE VISIT

It is mandatory that the bidder attends one of the site visits at the designated date and time.
At least one representative from proponents that intend to bid must attend. Proponents must remain for the duration of the site visit.

The site visits will be held on March 18 and March 19, 2026 at 10:00am. Meet Devin Green at Memorial University Campus, 1 Arctic Avenue, St-John’s, NL. 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 or Representative 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.

3.0 ENQUIRIES - DURING THE BIDDING PERIOD

All enquiries must be submitted in writing to the Contracting Authority no later than ten (10) calendar days before the bid closing date. Enquiries received after that time may not be answered.

Contracting Authority, Procurement Services
National Research Council Canada
Name: Collin Long - Collin.Long@nrc-cnrc.gc.ca or Representative

To ensure the equality of information among Bidders, responses to general enquiries will be made available to all bidders unless such publications would reveal proprietary information. The bidder who initiates the question will not be identified. Technical questions that are considered proprietary by the bidder must be clearly identified. NRC will respond individually to the bidder if it considers the questions proprietary. If NRC does not consider the question proprietary, the bidder submitting it will be allowed to withdraw the question, or have the question and answer made available through the Open Bidding System (OBS) to all bidders.

Bidders who attempt to obtain information regarding any aspect of this Tender during the solicitation period through any NRC contacts other than the Contracting Authority identified herein, may be disqualified (for that reason alone).

It is the responsibility of the Bidder to obtain clarification of the requirement contained herein, if necessary, prior to submitting its proposal. The Bidder must have written confirmation from the Contracting Authority for any changes, alterations, etc., concerning this Tender.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada.

4.0 TENDER CLOSING DATE

Tender closing date is April 2, 2026 at 2:00 pm NST.

5.0 TENDER RESULTS

Following the evaluation of the proposals received, bidders will be notified of their own results as well as
the winner. A notice of contract award will subsequently be published on CanadaBuys.

6.0 SECURITY REQUIREMENT FOR CANADIAN CONTRACTORS

6.1 MANDATORY SECURITY REQUIREMENT

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.

6.2 VERIFICATION OF SECURITY CLEARANCE PRIOR TO CONTRACT AWARD

  1. Within 72 hours of contract award, the General Contractor must name all of his sub-contractors, each of whom must hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC, or any other Federal Department or Agency along with the names and birthdates or security clearance certificate numbers of all personnel who will be assigned to the project.

  2. Within 72 hours of contract award, the General Contractor must name all of his sub-contractors, each of whom must hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC, or any other Federal Department or Agency along with the names and birthdates or security clearance certificate numbers of all personnel who will be assigned to the project.

  3. For any enquiries concerning the project security requirement during the bidding period, the Bidder/Tenderer must contact the Security Officer @ 613-993-8956.
    7.0 POLICY ON RECIPROCAL PROCUREMENT

Reciprocal Procurement - Limited Supplier Eligibility

Completed Annex ”H” – Declaration – Reciprocal Procurement MUST be included with all bid submissions.

Solicitation of Offer Submission Eligibility. This solicitation of offers is subject to the Policy on Reciprocal Procurement. This means that only Canadian Suppliers, as defined below, are eligible for this solicitation of offers. Offers submitted by Suppliers other than those identified as eligible will be rejected.

"Applicable Trading Partner" means a country or customs territory other than Canada that is listed, pursuant to the schedule to the Canadian International Trade Tribunal Procurement Inquiry Regulations, as a party to any of the trade agreements applicable to this solicitation.
"Canadian Supplier" means a supplier that has a place of business in Canada where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours; or, a joint venture where each member of the joint venture has a place of business in Canada where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours.
“Joint Venture” means an association of two or more Parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to offer together on a requirement.
"Supplier of an Applicable Trading Partner" means a supplier that has a place of business in an Applicable Trading Partner where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours; or, a joint venture where at least one member of the joint venture has a place of business in an Applicable Trading Partner where it conducts activities on a permanent basis that is clearly identified by name and accessible during normal business hours, and all other members of the joint venture either have a place of business in an Applicable Trading Partner where they conduct activities on a permanent basis that is clearly identified by name and accessible during normal business hours or are a Canadian Supplier.
"Supplier of a Non-Trading Partner" means any supplier that is not a Canadian Supplier or a Supplier of an Applicable Trading Partner; or, a joint venture where any member of the joint venture is not a Canadian Supplier or a Supplier of an Applicable Trading Partner.

8.0 CERTIFICATIONS AND ADDITIONAL INFORMATION
Bidders must provide the required certifications and additional information to be awarded a contract.
The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.
The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract.
8.1 Ineligibility and Suspension Policy
a. Mandatory Compliance. The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the solicitation of bids is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the solicitation of bids. The Bidder must comply with the Policy and Directives, which can be found at the Office of Supplier Integrity and Compliance website.
b. Policy Summary. The Policy sets out the circumstances under which Canada may determine that the Supplier is ineligible to enter, or is suspended from entering into a Contract with Canada. The list of ineligible and suspended Suppliers is maintained on the Office of Supplier Integrity and Compliance website.
c. Bidder Responsibilities. The Bidder must provide the following:
i. a List of names for integrity verification that includes all information required by the Policy (section 13 – Disclosure); and
ii. if the Bidder is unable to certify all of the statements in subsection d, a completed Integrity declaration form providing all requested information and details of any material event that may affect the status of itself, its affiliates or its proposed first-tier subcontractors under the Policy.
d. Bidder Certifications. Subject to subsection e, by submitting a bid in response to this solicitation of bids, the Bidder certifies that:
i. it has read and understands the Ineligibility and Suspension Policy;
ii. it understands that certain circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
iii. it is aware that Canada may request additional information, certifications, and validations from the Bidder or a third party for the purpose of making a determination of ineligibility or suspension;
iv. none of the circumstances described in Appendix 2 of the Policy that will or may result in a determination of ineligibility or suspension, apply to itself, its affiliates or its proposed first tier subcontractors; and
v. it is not aware of a determination of ineligibility or suspension issued by Canada that applies to it.
e. Integrity Declaration Form. Where a Bidder is unable to provide any of the certifications required by subsection d, at the time of its bid it must submit a completed Integrity declaration form.
f. Compliance with Certifications. Canada will declare non-compliant any bid in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after award of the Contract that the Bidder provided a false or misleading certification or declaration, Canada may terminate the Contract for default. Pursuant to the Policy, Canada may also determine the Bidder to be ineligible for award of a Contract for providing a false or misleading certification or declaration.
9.0 WHSCC (WORKPLACE HEALTH SAFETY AND COMPENSATION COMMISSION)

All Bidders must provide a valid WHSCC certificate with their Tender or prior to contract award.

10.0 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.

.2 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 contractor or the name of the entity awarded this contract] respecting administration of this contract if the requirements of Subsection 22.2(1) of the Department of Public Works and Government Services Act and Sections 15 and 16 of the Procurement Ombudsman Regulations have been met, and the interpretation and application of the terms and conditions and the scope of the work of this contract are not in 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.

.3 The Office of the Procurement Ombudsman (OPO) was established by the Government of Canada to provide an independent avenue for suppliers to raise complaints regarding the award of contracts under $25,000 for goods and under $100,000 for services. You have the option of raising issues or concerns regarding the solicitation, or the award resulting from it, with the OPO by contacting them by telephone at 1-866-734-5169 or by e-mail at boa.opo@boa-opo.gc.ca. You can also obtain more information on the OPO services available to you at their website at www.opo-boa.gc.ca.

Contracting Authority for this project is: Collin Long or Representative
Collin.Long@nrc-cnrc.gc.ca

Show more description Show less description

Contract duration

The estimated contract period will be 3 month(s), with a proposed start date of 2026/04/09.

Trade agreements

  • North American Free Trade Agreement (NAFTA)

Reason for limited tendering

A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

  • None

Partner with another business

Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

Contact information

Contracting organization

Organization National Research Council of Canada (NRC) Address 1200 Montreal Road

Ottawa, Ontario, K1A 0R6 Canada Contracting authority Collin Long Phone 343549-1549 Email Collin.Long@nrc-cnrc.gc.ca Address 1 Arctic Avenue

St-John's, Newfoundland, A1B 1T0 Canada

Bidding details

Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
| Document title | Amendment no. | Language | Unique downloads | Date added |
| --- | --- | --- | --- | --- |
| 25-58295 - Tender Package English.pdf | 001 | EN | 2 | 2026/03/13 |
| 25-58295 - Tender Package French.pdf | 001 | FR | 0 | 2026/03/13 |
| 25-58295 - Drawings English.pdf | 001 | EN | 3 | 2026/03/13 |
| 25-58295 - Dessins français.pdf | 001 | FR | 0 | 2026/03/13 |
Access the Getting started page for details on how to bid, and more.

Related notices

There are currently no notices related to this notice.

Eligibility and terms and conditions

Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.


Summary information

Notice type Request for Proposal Language(s) English, French Region(s) of delivery Canada Region of opportunity St. John's Contract duration 3 month(s) Procurement method Competitive – Open Bidding Selection criteria Lowest Price Commodity - UNSPSC
Click the links below to see a list of notices associated with the UNSPSC.
-
-
-
-

Support for small and medium businesses

If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab.

Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

Report a problem on this page Date modified:

2026-03-13

Classification

Agency
Various Canadian Agencies
Published
March 13th, 2026
Compliance deadline
April 2nd, 2026 (19 days)
Instrument
Notice
Legal weight
Non-binding
Stage
Final
Change scope
Substantive

Who this affects

Applies to
Construction firms
Geographic scope
National (Canada)

Taxonomy

Primary area
Government Contracting
Operational domain
Procurement
Topics
Infrastructure Procurement

Get Trade Procurement alerts

Weekly digest. AI-summarized, no noise.

Free. Unsubscribe anytime.

Get alerts for this source

We'll email you when CanadaBuys Latest Tenders publishes new changes.

Free. Unsubscribe anytime.