Alexandra Bridge Boardwalk Grating Replacement & Articulations Retrofit

Solicitation number EH900-190623/A

Publication date

Closing date and time 2018/09/12 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / 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: 
    
    THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT
    
    Public Works and Government Services Canada (PWGSC) intends to retain a Bridge Engineering consulting firm, with experience in steel truss bridges, in the capacity of Prime Consultant, supported by a multidisciplinary team of Sub-Consultants and specialists including: a Seismic Analysis Engineer, with experience in seismic analysis and selection and replacement of bearings, pins and hanger assemblies; a Transportation Engineer, with experience in traffic/construction staging; and a Wind Loads Analysis Engineer, for the provision of engineering services as described in the Request for Proposal for the Alexandra Bridge Boardwalk Grating Replacement and Articulations Retrofit Project in Ottawa/Gatineau, Ontario/Quebec.
    
    The project scope includes, but is not limited to, the replacement of the upstream boardwalk steel grating deck, rehabilitation of the deck floor system, an articulation retrofit and various steel repairs on the bridge. The class “D” (Indicative) construction budget is estimated at $32.3 M excluding HST. The Prime Consultant will review all of the relevant documentation related to the bridge, recommend further examination as required, proceed with the design, prepare bilingual construction tender documents, and provide construction contract administration including resident site services, while continuously providing cost, scheduling, scope and risk control.
    
    The Proponent shall be a structural engineering firm licensed in the province of Ontario and Quebec, 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. 
    
    This is a selection process utilizing a Qualification Based Selection (QBS) methodology for the acquisition of Architectural and Engineering Services. The process is structured as follows:
    
    Stage One: Technical Evaluation. One Phase Evaluation
    
    Stage Two: Project Review and Discussion (Step I - Refine Requirements, Step II - Price Proposal)
    
    Stage One is a single phase selection process. The nature of the requirement and the anticipated limited number of response by the industry leads PWGSC to believe that this approach will not unduly force a large number of firms to expend an overall unreasonable amount of effort in response to PWGSC.  
    
    Proponents responding to this RFP are requested to submit a full and complete Technical Proposal in response to Stage One, exclusive of cost, to cover not only the qualifications, experience and organization of the proposed Consultant Team, but also the detailed approach to the work, and the terms offered.  Following evaluation and rating of the Technical Proposals, the Highest Ranked Technical Proponent (HRTP) is determined and remaining proponents are advised of their competitive standing. Debriefs will not be conducted until a contract is awarded.
    
    SECURITY REQUIREMENT OF THE REQUEST FOR PROPOSAL
    
    Before award of a contract, the following conditions must be met:
    
    (a) the Proponent must hold a valid organization security clearance as indicated in Supplementary Conditions SC1;
    
    
    All inquiries must be sent in writing to the Contracting Authority.
    
    CONTRACTING AUTHORITY
    
    Emily Dolan
    Public Works and Government Services Canada
    emily.dolan@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)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Dolan, Emily
    Phone
    (873) 469-3989 ( )
    Email
    emily.dolan@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St./11 Rue Laurier
    6B1, Place du Portage
    Phase III
    Gatineau, Québec, 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    004
    English
    43
    004
    French
    12
    003
    English
    30
    003
    French
    11
    002
    English
    43
    002
    French
    14
    001
    English
    66
    001
    French
    13
    000
    English
    223
    000
    French
    56

    Access the Getting started page for details on how to bid, and more.

    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