LANDSCAPE ARCHITECTURAL SERVICES

Solicitation number AL1747

Publication date

Closing date and time 2019/01/31 15:00 EST

Last amendment date


    Description

    The National Capital Commission (NCC) wishes to retain the services of Landscape Architectural consulting firms to provide professional services on an "as and when requested" basis under a Standing Offer Agreement (SOA). All projects are located in the provinces of Ontario and Quebec within the National Capital Region. The expected expertise and the possible areas of involvement are:

    • Open space/corridor/urban and rural planning;

    • Site planning;

    • Park design;

    • Vegetation management;

    • Heritage landscape conservation;

    • Irrigation design;

    • Recreational pathway planning and design;

    • Public grounds design/rehabilitation;

    • Shoreline stabilization and bio-engineering;

    • Environmental and ecosystem planning/design and assessment;

    • Floral design (perennial and annual bed design);

    • Furniture and layout design;

    • Urban design analysis for integration of development proposals into the urban fabric;

    • Urban design guidelines, concepts, principles, criteria and strategies;
    • Conceptualization, definition, and detail designs in the urban context;
    • Civic and urban public space design;
    • Urban boulevards and streetscape design, including Confederation Boulevard and the urban parkways.

    It is the NCC’s intention to award a minimum of four (4) and a maximum of six (6) Standing Offer Agreements for a period of four years from the date of award. Hourly/unit rates quoted will remain fixed for the first two years. The NCC will allow the successful consulting firms to increase their hourly rates by the consumer price index (all items for Ottawa-Gatineau) for the final two years.

    To ensure equal opportunities for all participants, and to eliminate risk of conflict of interest, all proponents are advised that the NCC will not accept more than one submission per firm, whether the firm applies as a single entity, part of a joint venture, or as a sub-consulting member of the team. That being said, a firm can be a sub-consulting member of several proposal teams as long as the sub-consulting firm does not submit its own proposal as a lead prime consultant for this Request for Standing Offer (RFSO).

    Once a call-up purchase order is issued, SOA holders will be required to attend site visits, meet with Landscape Architects and NCC staff on a regular basis and provide professional services to ensure the successful completion and implementation of selected projects and initiatives undertaken by the NCC Landscape Architecture and Industrial Design Section. 

    SOA holders are expected to provide services on a call-up purchase order basis with little or no delay once a call-up purchase order is transmitted. Therefore, SOA holders must inform a project manager that it cannot fulfill a specific project mandate during the request for services before a call-up purchase order is approved.

    SOA holders must be in a position to provide services within 48 hours of receiving a call-up purchase order when called upon and must have the capability to attend meetings, at NCC offices or on site.

    The consultant’s key personnel are to be named in the Proposal, and members of the consultant’s team must remain in their designated roles for the duration of the SOA. Both the NCC Landscape Architect and the NCC Contracting Authority must be promptly informed if any of the personnel named in the Proposal submission have left the consultant’s employment. In this case, the consultant shall submit a CV for all proposed replacement personnel to the NCC Landscape Architect and the NCC Contracting Authority. If the consultant assigns replacement personnel who are considered in any respect unsatisfactory, they shall be removed and replaced by the consultant upon five days’ notice of dissatisfaction from the NCC Landscape Architect and the Contracting Authority. Failure to honor this requirement may result in default of the contract.

    Further information regarding the NCC can be found at www.ncc-ccn.gc.ca .

    One method of supply used by the NCC to satisfy the requirements of identified internal users is to arrange a Standing Offer Agreement (SOA) to provide goods, services or both to the NCC during a specified period. The identified internal users to be served may then be a delegated purchasing authority and may access the source of supply directly, as and when requested, by issuing purchase orders detailing the exact quantities of goods or services they wish to order from the Offeror at a particular time during the effective period of the Offeror’s offer and in accordance with the predetermined conditions. This method of supply is particularly useful in acquiring frequently ordered commercially and non-commercially available goods or services when the total volume or value of goods or level of services that may be required by one or more identified users can be estimated beforehand, but it is not possible at the outset to identify the exact requirements for any given user at a specific time in the future. The NCC foresees a potential need to retain the services of firms to provide LANDSCAPE ARCHITECTURAL SERVICES, as more particularly stated herein and in the attached; you are hereby invited to provide to the NCC a Standing Offer. If you wish to submit an offer you are required to do so, on the enclosed forms and format. Please be advised that the quantity of goods and/or services and the estimated expenditure specified in the attached are only an approximation of requirements given in good faith. The making of a standing offer by the Offeror shall not constitute an agreement by the NCC to order any or all of the said goods and\or services. The NCC may make one or several purchase orders against a Standing Offer, each such purchase orders constituting an acceptance of said Standing Offer for the part of the said goods or services described in the purchase order. A request does not commit the NCC to authorize the utilization of a Standing Offer or to pay any cost incurred in the submission of offers, or cost incurred in making necessary studies for the preparation thereof, or to procure or contract for any goods or services. The NCC reserves the right to reject or authorize for utilization any offer in whole or in part, with or without further discussion or negotiation

    STANDING OFFER AGREEMENT DURATION: The duration of the SOA is for a period of four (4) years from the date of award. The unit rates proponents quote on the Fee Schedule form will be applicable for the first two years. For the third and fourth year, the consultant’s unit rates will be adjusted by the rate of inflation for consumer price index. The NCC will use the index available at that time (i.e. quarterly index available in January 2021 and January 2022) and compare it to the previous year‘s quarterly index for the adjustment.

    ADDRESS ENQUIRIES TO: Enquiries regarding this proposal must be submitted in writing to Allan Lapensée, Sr Contract Officer, via e-mail address – allan.lapensee@ncc-ccn.ca as early as possible within the solicitation period. Enquiries should be received no later than fourteen (14) calendar 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. To ensure consistency and quality of the information provided to all Proponents, the Senior Contract Officer shall examine the content of the enquiry and shall decide whether or not to issue an amendment. All enquiries and other communications related to this proposal sent throughout the solicitation period are to be directed ONLY to the Senior Contract Officer named above. Non-compliance with this requirement during the solicitation period can, for that reason alone, result in disqualification of a proposal.

    The estimated expenditure for all resulting Standing Offer Agreements is $ 6,000,000.00 CDN including taxes (combined). As operational requirements become more defined, the NCC reserves the right to increase the total estimated expenditure by 10% but in no circumstance will the total estimated expenditure for all SOAs be more than $ 6,600,000.00 including taxes

    BID DEADLINE: January 31, 2019 at 3:00:59 pm EST(addendum 7)

    RETURN TO: National Capital Commission, Procurement Services, 40 Elgin Street, 2nd floor Security Office, Ottawa, Ontario K1P 1C7, Reference NCC tender file # AL1747

    There is no public opening scheduled.

    Evaluation, then, best value between technical and price.

    The procurement process of this RFSO is subject to trade agreements: Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Chapter 5 - Canadian Free Trade Agreement (CFTA), Chapter 19 - Comprehensive Economic and Trade Agreement (CETA), Chapter 10 - North American Free Trade Agreement (NAFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP) .

    The official Government Electronic Tendering Service website is http://buyandsell.gc.ca . Please ensure that you download your document from this site, in order to obtain all information related to the tender. It is your responsibility to ensure that you have received all the posted tender information to ensure tender compliance and not be disqualified.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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 Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    Canada
    Contracting authority
    Lapensée, Allan
    Email
    Allan.Lapensee@ncc-ccn.ca
    Address
    NCC - 40 Elgin Street, Suite 202
    Ottawa, ON, K1P 1C7
    CA

    Buying organization(s)

    Organization
    National Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    26
    French
    26
    English
    29
    French
    29
    English
    22
    French
    22
    English
    26
    French
    26
    English
    33
    French
    33
    English
    42
    French
    42
    English
    43
    French
    43
    001
    English
    51
    000
    English
    79
    000
    French
    41
    001
    French
    26

    Access the Getting started page for details on how to bid, and more.

    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 Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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.

     

    Date modified: