SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

RFSO - Heritage Masonry Engineering Services, Eastern, Southern and Waterways, Ontario

Solicitation number 5P201-20-0111/A

Publication date

Closing date and time 2021/06/23 14:00 EDT

Last amendment date


    Description

    IMPORTANT NOTICE TO PROPONENTS

    PROPOSAL RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.

    PROPOSAL RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.

    The only acceptable email address for responses to this Request for proposal is

    pc.soumissionsest-bidseast.pc@canada.ca . Proposals submitted by email directly to the Contracting Authority or to any email address other than pc.soumissionsest-bidseast.pc@canada.ca will not be accepted.

    The only acceptable facsimile for responses to this RFSO is 1-877-558-2349.

    The maximum email file size that Parks Canada is capable of receiving is 15 megabytes.

    The Proponent is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size.

    The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2).

    Emails with links to proposal documents will not be accepted. proposal documents must be sent as email attachments.

    REQUIREMENT

    Parks Canada Agency (PCA) is inviting consulting firms with Heritage Masonry, Structural and Civil Engineering expertise to submit proposals for Standing Offers. The selected consultants shall provide a range of services as identified in the Required Services section of this document for heritage masonry engineering services and other services in-house or through sub-consultants such as, but not limited to, masonry inspections, load evaluations, investigation and analysis, structural analysis, design, construction services and preparation of tender documents. These services will be on an ‘as and when requested’ basis primarily in Southern and the Eastern Ontario Regions at historic sites, historic canals and national parks. Projects will mainly be related to fortifications and other heritage stone works including locks, dams, towers, bridges, lighthouses and related sites. The selected consultants must be able to provide the range of services as identified in the Required Services section of this document.

    Historic Sites in this area include the extents of the Rideau Canal, the Kingston Fortifications, Fort Wellington, Fort Henry, Bellevue House, Laurier House, Battle of the Windmill, Fort Mississauga, Brock Monument, Fort Amherstburg, as well as various historic cairns and other structures in the area, and the southern region of the Trent-Severn Waterway.

    Proponents shall be licensed or eligible to be licensed to practise in the provinces of Ontario. If a Proponent is not licensed to practise in the province, then that Proponent must be eligible and willing to be licensed in the province in which they are not licensed. Engineering firms must be able to demonstrate that they have successfully provided these services on a wide range of projects over the past five (5) years in this region. Generally, the firm and its personnel will be evaluated on their demonstrated understanding of the scope of services, their approach and methodology in providing these services, the quality of their relevant experience in this area, and the cost of providing these services.

    PERIOD OF CONTRACT / DELIVERY DATE

    It is PCA’s intention to authorize up to three (3) Standing Offers, each for a period of two (2) years from the date of issuance, with three (3) one year options to extend the Standing Offers. 

    SECURITY REQUIREMENT

    There is no Security Requirement for this RFSO. The security requirement will be determined at the time in the scope of services at the time of a call-up. Call-ups will identify one of the following security options:

    A. There is no security requirement applicable to the call-up

     OR

    B. All individuals who will be accessing Parks Canada information and assets in order to perform work under this contract will be required to undergo a Reliability Status security screening as required by the Government of Canada. 

    ENQUIRIES

    All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority.

    Enquiries regarding this bid must be submitted in writing and should be received no later than ten (10) business/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.

    INFORMATION:

    National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act.

    Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at www.buyandsell.gc.ca/tenders . Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered.

    The Crown retains the right to negotiate with suppliers on any procurement.
    Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    Canada
    Contracting authority
    Christine Piché
    Phone
    873-355-8841
    Email
    christine.piche2@canada.ca
    Address
    30 Victoria
    Gatineau, QC, J8X 0B3
    CA

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    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
    004
    English
    11
    004
    French
    4
    003
    English
    11
    003
    French
    5
    002
    English
    12
    002
    French
    6
    001
    English
    12
    001
    French
    5
    000
    English
    58
    English
    22
    French
    4
    000
    French
    15

    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
    Ontario (except NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Open Bidding

    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: