PROFESSIONAL SERVICES IN STRUCTURAL ENGINEERING

Solicitation number AL1842

Publication date

Closing date and time 2023/01/17 15:00 EST

Last amendment date


    Description

    Estimated quantity of service commodity: $ 4,000,000.00

    Duration of SOA: (2023-01-15) to (2027-01-14) approx.

    Time frame of delivery: (2023-01-15) to (2027-01-14) approx.

    The National Capital Commission (NCC) wishes to retain the services of consulting engineering firms to provide Professional Services in Structural Engineering (2022-2026) on an "as and when requested" basis under a Standing Offer Agreement (SOA).

    This Request for Standing Offer Agreement (RFSO) includes two (2) Service Streams:

    • Stream 1 (S1): Structural – Low Complexity / Risk
    • Stream 2 (S2): Structural – Medium to high Complexity / Risk

    STREAM 1 - S1

    • often less than $750K construction value
    • anticipated short construction time
    • low risk of sensitivity (e.g. environmental or media profile or heritage building or high security) or a low program, scheduling or phasing requirement
    • Sample projects may include small scale heritage rehabilitation or renovations to Same, small additions, pre-design studies, feasibility studies, UA upgrades
    • Commercial/Residential/Agricultural assets structural assessment
    • Short-Term/medium-Term stabilization/strengthening,
    • temporary structure design and site review
    • possibly single discipline projects

    STREAM 2- S2

    • often $750K to $4.5 million construction value
    • anticipated construction time often greater than six months
    • moderate to high risk of sensitivity (e.g. environmental or media profile or heritage building or high security) or a complex program, scheduling or phasing requirement
    • Sample projects may include medium to large scale heritage rehabilitation or renovations to same, medium to large scale new construction commercial or institutional
    • Most likely a multi-disciplinary project

    It is the NCC’s intention to award a maximum of ten (10) SOAs in 2 streams (5 SOAs per stream) which will be in effect for a period of four (4) years from the date of award. The projects to be addressed under the SOA will be at various locations within the National Capital Region, in the provinces of Ontario and Québec.

    Proponents are requested to identify which stream(s) they wish to qualify under. Proponents may submit offers for either one or both streams.

    All proponents identified as successful will be required to enter into a formal NCC Standing Offer Agreement. Once awarded, these SOAs will serve as the contractual instrument against which individual call-ups can be made (on a project by project basis). The NCC reserves the right to amend any provisions contained herein and/or to issue any addenda.

    Call-ups made under a SOA for Professional Services in Structural Engineering (2022-2026) will be managed by NCC’s Design and Construction Division, Engineering Section.

    The Request for Standing Offer (RFSO) for Professional Services in Structural Engineering (2022-2026), including its appendices, will be used as the basis for evaluation of proposals submitted in response to the RFSO, and shall be thereafter considered as contractual requirements for SOAs awarded.

    First Nation Involvement: The Government of Canada is committed to enhancing economic opportunities for Indigenous Peoples through several different mechanisms including subcontracting possibilities. First Nations may have several resources (people and equipment) that could be used to support projects initiated under this SOA. At the request of the NCC and in accordance with the NCC’s Indigenous Procurement Policy, the NCC Contracting Authority may require the consulting engineering firm to make a request to the First Nation on what services and resources they have available for a certain project and require the consulting engineering firm to use the resources and services that the First Nation has identified for the project to the extent possible.

    Sustainable Development: The Government of Canada is committed to meeting international targets to achieve net-zero carbon emissions by 2050, while promoting environmentally responsible economic growth, protecting and restoring ecosystems and ensuring that all Canadians flourish from clean and healthy environments. As part of this SOA, and to align with Federal priorities for green procurement, the National Capital Commission requests consulting engineering firms to apply environmental considerations to work carried out under this SOA, where applicable. At the request of the NCC, the NCC Contracting Authority may request the consulting engineering firm to consider environmental mitigation measures when planning and carrying out certain environmental projects under this SOA. These measures may include, but are not limited to, the reduction of greenhouse gas emissions and air contaminants; improved energy and water efficiency; reduced waste and support for reuse and recycling; the use of renewable resources; reduced hazardous waste; reduced toxic and hazardous substances; and support for biodiversity and climate resilience.

    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 Professional Services in Structural Engineering (2022-2026), 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

    ADDRESS ENQUIRIES TO: Enquiries regarding this RFSO must be submitted in writing to the Contracting Authority by e-mail at – allan.lapensee@ncc-ccn.ca as early as possible within the solicitation period. Enquiries must be received no later than December 16, 2022 at noon to allow enough time to provide a response (addendum #1). 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 Contracting Authority shall examine the content of the enquiry and shall decide whether 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 Contracting Authority 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 combined is $ 4,000,000.00 CDN including taxes. As operational requirements become more defined, the NCC reserves the right to increase the total estimated expenditure.

    BID DEADLINE: January 17, 2023, at 3:00 pm EST (addendum #3)

    RETURN TO: National Capital Commission, 

    Bid email Bids-soumissions@ncc-ccn.ca ; Refer to NCC tender file no. AL1842

    There is no public opening scheduled.

    Technical Evaluation, then, best value between technical and price.

    The procurement process of this RFSO is subject to trade agreements - refer above.

    The official Government Electronic Tendering Service website is Tender opportunities | CanadaBuys . 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)
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • 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)

    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

    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
    003
    English
    26
    003
    French
    8
    002
    English
    25
    002
    French
    9
    001
    French
    14
    001
    English
    38
    000
    French
    28
    000
    English
    75

    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

    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: