Halifax Citadel Heritage Exhibit

Solicitation number 5P110-140465/A

Publication date

Closing date and time 2015/08/21 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Halifax Citadel Heritage Exhibit
    
    5P110-140465/A
    Baxter, Emily
    Telephone No. - (613) 949-1285
    
    
    Nature of Requirement:
    
    The purpose of this project is to provide Parks Canada with a
    turnkey exhibit for the Halifax Citadel National Historic Site.
    This includes; the development of an interpretive exhibit plan,
    exhibit finalized concept design, detailed design package (which
    includes all graphic work and working drawings), provision of
    content development, pre-testing, fabrication, shipping,
    installation and training staff for the exhibit, the Halifax
    Citadel Heritage Centre (Heritage Centre) - an indoor space
    within the west curtain wall of the Halifax Citadel National
    Historic Site (Halifax Citadel). Complete details are provided
    in the Annex A Statement of Work.
    
    Final completion, delivery and assembly of the exhibit must be
    completed by March 15, 2017.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    The requirement is limited to Canadian goods and/or services.
    
    The Federal Contractors Program (FCP) for employment equity
    applies to this procurement; see Part 5 - Certifications, Part 6
    - Resulting Contract Clauses and the annex titled Federal
    Contractors Program for Employment Equity - Certification.
    
    
    Two-phased evaluation approach:
    
    The evaluation process will be conducted in two (2) phases,
    PHASE 1 and PHASE 2. Bidders must first submit a proposal for
    PHASE 1 of the evaluation only.
    
    The top three (3) ranked Bidders meeting the Basis of Selection
    for PHASE 1 will then be invited by the Contracting Authority by
    email to submit a Design Concept, which addresses PHASE 2 of the
    evaluation. 
    
    These bidders will be given 30 calendar days, from the date of
    the written request by email from the Contracting Authority, to
    respond to PHASE 2 of the evaluation. Failure to submit a Design
    Concept in response to the Contracting Authority's request in
    PHASE 2 of the evaluation within the 30 calendar days will
    result in the Bidder being declared non-responsive.
    
    The mandatory technical criteria for Phase 1 are:
    
    Mandatory Technical Criteria - Phase 1
    
    Phase 1 - M.1 		Financial Proposal
    
    The Bidder MUST submit a detailed financial proposal for turnkey
    exhibit research, design, fabrication, and installation
    services, based on the Annex A Statement of Work, with a firm
    price not exceeding $3,700,000.00 (Goods and Services Tax or
    Harmonized Sales Tax extra, as appropriate). 
    
    
    
    
    Phase 1 - M.2 	Proposed Principal Exhibit Designer
    
    M.2.1	Identification of individual proposed as the Principal
    Exhibit Designer
    
    The Bidder must identify the one (1) individual proposed as the
    Principal Exhibit Designer for this requirement.  
    
    M.2.2	Proposed Principal Exhibit Designer's Work History
    
    **Sample exhibit projects provided under this criterion will be
    evaluated under the point-rated criterion Phase 1 - R.1.
    
    The Bidder must demonstrate, through work samples and project
    experience, that the proposed Principal Exhibit Designer has
    worked as an Exhibit Designer in the interactive multimedia
    industry for a minimum of three (3) years since July 2010. 
    
    In order to demonstrate the above, the Bidder must provide a
    description of the proposed Principal Exhibit Designer's work
    history.  The work history must include all of the following
    information:
    
    a)	The name of each place of employment;
     
    b)	The period of time that the proposed Principal Exhibit
    Designer worked as an Exhibit Designer in
    each place of employment (from month/year to month/year).  The
    period of time that the proposed Principal Exhibit Designer
    worked in each identified place of employment as an Exhibit
    Designer will be added to determine the number of years
    experience for evaluation purposes.
    
    c)	The proposed Principal Exhibit Designer's position title in
    each identified place of employment;
    
    d)	The proposed Principal Exhibit Designer's responsibilities
    for each place of employment.  The
    responsibilities must include EACH of the following for each
    identified place of employment:
    
    i.	Developing and understanding the Client's objectives,
    liaising, and meeting with clients;
    ii.	Managing the creation and presentation of initial and final
    exhibit design sketches and exhibit design concepts; 
    iii.	Liaising with graphic designers and other experts (for
    example, lighting experts, animatronics experts, audiovisual
    experts, etc.) and 
    iv.	Independently, or with a design team, managing the exhibit
    fabrication process from initial concept to installation of the
    final live exhibition.
    
    e)	A detailed description of two (2) sample exhibit design
    projects of the proposed Principal Exhibit
    Designer's work**.  All example projects must have been
    completed after January 1, 2005 and must each have a total value
    exceeding $500,000.00 for the design, fabrication and delivery
    [shipping/transportation] only, excluding applicable taxes).
    
    Each of the detailed descriptions must include:  
    
    i.	Demonstration of the following stages: design, fabrication
    and installation; 
    ii.	Description of the interactive nature of the sample exhibit
    and the type of interactive or multimedia productions that were
    used in the exhibit (such as simulation games, immersive
    platforms, architectural projections, etc.);
    iii.	The cost of the project (total value for the design,
    fabrication and delivery [shipping/transportation] only,
    excluding applicable taxes);
    iv.	Target audience;
    v.	Location(s) of the exhibit;
    vi.	Completion/delivery date of the project (Month/Year);
    vii.	Two (2) or more colour photos or colour photocopies of
    photographs of the sample interactive exhibits; 
    viii.	Client information (including the name of the organization
    or legal entity);
    ix.	A letter of reference from the identified Client(s) for each
    sample interactive exhibit project demonstrating the Client's
    satisfaction with the project.
    
    
    Phase 1 - M.3		Experience of the Firm
    
    The samples provided under this mandatory technical criterion
    will be evaluated under the point rated technical criterion
    Phase 1 - R.1. 
    
    If the projects undertaken by the principal exhibit designer and
    presented in Phase 1 - M.2  were carried out by the bidding
    firm, two (2) other projects MUST be presented in Phase 1 - M.3.
    In total, four (4) different projects must be presented.
    
    The Bidder must provide a detailed description of two (2)
    exhibit projects that demonstrate that the Bidder has provided
    exhibit design services, exhibit fabrication and installation
    for Exhibit structures similar in scope to the requirement
    detailed in Annex A - the Statement of Work of this
    solicitation.  All  example projects must have been completed
    after January 1, 2005 and must each have a total value exceeding
    $500,000.00 (for the design, fabrication and delivery
    [shipping/transportation] only, excluding applicable taxes).  
    
    a)	Each detailed description must include:  
    
    i.	Breakdown of the Bidder's responsibilities at the following
    stages: design, fabrication and delivery
    [shipping/transportation];
    ii.	Description of the interactive nature of the sample exhibit
    and the type of interactive or multimedia productions that were
    used in the exhibit (such as simulation games, immersive
    platforms, architectural projections, etc.);
    iii.The cost of the project (total value for the design,
    fabrication and delivery [shipping/transportation] only,
    excluding applicable taxes);
    iv.Target audience;
    v.	Location(s) of the exhibit;
    vi.Completion/delivery date of the project (Month/Year);
    vii.Two (2) or more colour photos or colour photocopies of
    photographs of the sample interactive exhibits; 
    viii.Client information (including the name of the organization
    or legal entity);
    ix.A letter of reference from the identified Client(s) for each
    sample interactive exhibit project demonstrating the Client's
    satisfaction with the project.
    
    BIDS NOT MEETING ALL OF THE MANDATORY REQUIREMENTS 
    FOR PHASE 1 WILL BE GIVEN NO FURTHER CONSIDERATION
    
    
    Basis of Selection:
    
    PHASE 1
    
    To be declared responsive at Phase 1, a bid must:
    
    (a)	Comply with all the requirements of the Request for
    Proposals for PHASE 1; and
    (b)	Meet all mandatory technical evaluation criteria for PHASE
    1; and
    (c)	Obtain the required minimum points for EACH of the technical
    evaluation criteria which are
    	subject to point rating.
    
    Bids not meeting (a), (b), and (c) above will be declared
    non-responsive.
    
    The top three (3) ranked bidders achieving the highest number of
    points within budget on their proposal will be invited by the
    Contracting Authority to submit a preliminary design concept
    which addresses PHASE 2 of the evaluation.
    
    
    PHASE 2
    
    To be declared responsive at Phase 2, a bid must:
    
    (a)	Comply with all the requirements of the Request for
    Proposals for PHASE 2; and
    (b)	Meet all mandatory technical evaluation criteria for PHASE
    2; and
    (c)	Obtain the required minimum points for EACH of the technical
    evaluation criteria which are
    	subject to point rating. The rating is performed on a scale of
    a maximum of 100 points 
    
    Bids not meeting (a), (b) and (c) above will be declared
    non-responsive.
    	
    The Bidder with the proposal achieving the highest technical
    score within budget will be recommended for award of a Contract.
    
    Where two (2) or more proposals achieve the identical highest
    number of points, the proposal with the lowest total price will
    be recommended for award of a contract.
    
    
    PLEASE GO TO THE BUYANDSELL WEBSITE (WWW.BUYANDSELL.GC.CA) TO
    DOWNLOAD A COPY OF THE COMPLETE RFP.
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Baxter, Emily
    Phone
    (613) 949-1285 ( )
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    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
    French
    4
    004
    English
    15
    003
    French
    3
    003
    English
    14
    French
    3
    002
    French
    3
    002
    English
    17
    English
    23
    001
    French
    14
    000
    French
    25
    001
    English
    44
    000
    English
    61

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: