ADVANCE PROCUREMENT NOTICE - A&E CONSULTING SERVICES & CONSTRUCTION PROGRAM

Solicitation number RPNHQ003 - 2020

Publication date

Closing date and time 2021/07/13 00:00 EDT

Last amendment date


    Description

    Purpose of this Advance Procurement Notice

    This is not a bid solicitation. This is an advance notice of potential projects with anticipated security requirements to provide interested consultants/contractors an opportunity to apply for security clearances. Note that there is no guarantee that these projects will proceed.

    Description of the Program

    The Construction Program will consist of multi-trade and single trade, construction projects as well as Professional and Facility Maintenance services of varying sizes and complexity. The program may include, but is not limited to new construction, repair, renovations, maintenance and Architectural and Engineering Consulting Services.

    The overall Program is estimated at $15,000,000 with the maximum estimated value of any individual project to be approximately $5,000,000.

    Description of the Services

    The program will consist of projects that may include, but not limited to the following:

    • Architectural and Engineering Services;
    • Geotechnical Services;
    • Topographical Services;
    • Environmental Services;
    • New Construction;
    • Interior Fit-Up/Renovation Works;
    • Demolition Works;
    • Site Surveying;
    • Civil and Heavy civil work including but not limited to Site Preparation, Earthwork, Site Restoration and Rehabilitation;
    • Foundation Works;
    • Building Envelop;
    • Prefabricated Construction Works;
    • Inspection, testing, maintenance and repair for Electrical, Mechanical systems and Plumbing systems and Generators
    • General Structural Works;
    • General Electrical Works;
    • General Plumbing Works;
    • Fire Alarm, Detection, Suppression and Protection Systems: Inspection, testing, maintenance and repair;
    • Life Safety Systems; Inspection, testing, maintenance and repair;
    • Security and Access Control Systems: Inspection, testing, maintenance and repair;
    • Architectural & Engineering Inspection Services;
    • Hazardous Waste Management;
    • General Contractor Services;
    • Landscaping Services;
    • Snow and Ice Clearing Services;
    • Waste Management Services;

      Security Requirements

      Consultants/Contractors will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

      The Consultants/Contractor personnel must hold a valid RELIABILITY STATUS, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

      Sub-Consultants/Sub-contractors will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS), issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

      Process

      Consultants/Contractors that do not meet the stipulated security requirements and that are interested in submitting a bid for these procurements that fall under this program can apply for the security clearance through the Industrial Security Program (ISP). This can be done by following the procedure on DCC’s website at the following link: http://www.dcc-cdc.gc.ca/english/contractors_consultants.html. Contractors are asked to submit their request quoting the following information:

    • Contract number N.206840.19.02 - IQ; and
    • Level of clearance requested to be sponsored for.

      Question

      Any questions pertaining to the sponsoring process through the ISP can be addressed to:

      Telephone Number: (613) 998-8974; or

      Email address: ISP.Sponsorship@dcc-cdc.gc.ca

    Any questions relating to the Base Program can be addressed to:

    Antoine am Rhyn

    Team Leader, Contract Services

    Defence Construction Canada

    613-991-9303

    Antoine.amRhyn@dcc-cdc.gc.ca

    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)
    • 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
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    am Rhyn, Antoine
    Phone
    613-991-9303
    Email
    antoine.amrhyn@dcc-cdc.gc.ca
    Address
    350 Albert St
    Ottawa, ON, K1A 0K3
    CA

    Buying organization(s)

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Nunavut Territory
    Region of opportunity
    Nunavut Territory
    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: