Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

1500 Bronson Rehabilitation Project

Solicitation number EJ078-193032/A

Publication date

Closing date and time 2019/10/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Closing date and time for this Request for Proposal is
    October 30, 2019 at 2:00 pm (EDT) Eastern Daylight Savings
    Time.
    ______________________________________________
    
    THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT
    
    Solicitation:   EJ078-193032/A 
    Project Title:   1500 Bronson Rehabilitation Project
    Project Location:   Ottawa, ON. Canada
    
    Project Overview
    The purpose of this Project is to rehabilitate and modernize the base building, services and structure of the Building so it can accommodate an office occupancy for its long-term use, as well as revitalize the site to support PWGSC’s master plan vision and sustainability objectives.
    
    Project Description:
    Public Works and Government Services Canada (PWGSC) intends to retain an architectural firm in the capacity of Prime Consultant, supported by a multidisciplinary team of sub-consultants and specialists, for the design and implementation of the 1500 Bronson Avenue Rehabilitation Project, including all base building systems as well as the fit-up of office and special purpose space.
    The Prime Consultant (Consultant) should: review all related documentation further described herein; recommend and perform further examination of the Building as required; prepare a minimum of three (3) distinct viable design options; develop the PWGSC preferred design to construction tender documents; perform construction and contract administration services; and provide design management services including cost, scheduling, project control, and commissioning services required for this Project. The delivery of the Consultant services is anticipated to be a continuous process from contract award to Project delivery closeout.
    
    Construction should be implemented by a General Contractor (GC), hired by PWGSC under a separate contract.
    
    This Project Brief is intended to provide overall project information and identify the project requirements proponents need to submit a proposal to provide Prime Consultant Services. Information concerning PWGSC standards and policies for Consultant Services is provided in “Doing Business with PWGSC and should be adhered to in conjunction with requirements of this Project Brief.
    
    LICENSING, CERTIFICATION OF AUTHORIZATION
    The Proponent shall be an architect(s) licensed in the province of Ontario, or eligible to be licensed, certified or otherwise authorized to provide the necessary professional services to the full extent that may be required by provincial or territorial law.
    
    SECURITY REQUIREMENT
    Proponents must meet the security requirements as outlined under Sl6, SC1 and SRE 3.1.5.
    
    QUESTIONS OR REQUESTS FOR CLARIFICATIONS
    
    Questions or requests for clarification during the Request for Proposal Solicitation period must be submitted in writing to the Contracting Authority:
    Tatiana Bismonte
    Public Services and Procurement Canada
    Real Property Contracting Directorate
    tatiana.bismonte@tpsgc-pwgsc.gc.ca 
    
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Bismonte, Tatiana
    Phone
    (819) 664-3528 ( )
    Email
    tatiana.bismonte@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L’Esplanade Laurier
    4th floor, East Tower
    140 O’Connor Street
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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.

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: