Ontario Region - CM Services
Solicitation number EN740-200588/B
Publication date
Closing date and time 2019/10/22 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: This bid solicitation cancels and supersedes previous bid solicitation number EN740-200588/A dated 2019-07-09 with a closing of 2019-09-12 at 14:00 (EDT). PROJECT IDENTIFICATION: Title: Construction Management Services - Laboratories Canada - Ontario Projects Address: 2620 Speakman Drive, Mississauga, Ontario PROJECT DESCRIPTION: Public Works and Government Services Canada (PWGSC), commonly known as Public Services and Procurement Canada (PSPC), will retain the services of a construction management entity, the Construction Manager (CM), to modernize laboratory facilities as part of its Laboratories Canada (LC) program of work. Science Facility laboratories in Mississauga, Sudbury, Guelph and Ottawa may form part of the overall Contract as determined by the priorities of PWGSC’s LC program. The CM’s base Contract is the laboratory expansion and fit-up of a joint National Research Council (NRC) and Natural Resources Canada (NRCan) facility in Mississauga, Ontario. PWGSC will add incremental CM Work and Construction Services to the Contract through Contract option(s) as its Science Partner clients determine their location-specific scope of laboratory modernization. PWGSC will retain one design firm, led by a prime consultant, who will provide Architectural and Engineering Services and prepare design solutions for the Work of this Contract. The Design Team will work collaboratively with the CM and PWGSC’s Departmental Representative (DR). The CM is required to support the Design Team’s development and analysis of implementation options of the initial Mississauga mandate and each sub-Project, managing the Work sequencing, Cost, and construction of approved design solutions. Fundamentally, this is a services Contract. The CM is NOT to behave like a general contractor. Rather, acting as the Constructor at the Place of the Work, the CM is required to provide the comprehensive services described in the TOR on an ongoing basis and respect PWGSC’s high quality standards throughout all aspects of Cost and time planning, estimating, scheduling, Monitoring and control. Moreover, the CM is required to provide comprehensive design management services to ensuring ongoing and timely identification and prioritization of the Design Team’s DP production to optimize overall delivery of Project Work. Construction Management Services Time: Base Contract (Mississauga): The Contractor must perform the services and achieve Substantial Performance of the Work within 28 months following contract award. Options: Additional time will be granted based on the construction durations for each optional project and when they are exercised. Projects are to be constructed concurrently and additional time will only be granted if the construction duration for the option to be exercised extends past the construction time already granted under the contract. MANDATORY SECURITY REQUIREMENT: This procurement contains a mandatory security requirement. At bid closing, the Bidder must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). Failure to comply with this requirement will render the Bid non-compliant and no further consideration will be given to the Bid. OPTIONAL SITE VISIT There will be a site visit on September 11, 2019 at 14:00. Interested Bidders are to meet at 2620 Speakman Drive, Mississauga, Ontario beside the site entrance. Personal Protection Requirements: In order to be guaranteed access to the site visit all persons should have the proper personal protection equipment (safety glasses, footwear, vests and hard hats etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site. Parking Instructions: No parking available on site, visitors are encouraged to take public transit, taxi, park on street, or in public lots. ENQUIRIES: All enquiries must be submitted to the Contractual Authority: Robinah Matende at robinah.matende@tpsgc-pwgsc.gc.ca. Enquiries must be made in writing and should be received no less than ten (10) business days prior to the closing date to allow sufficient time to respond. BID DOCUMENTS: Firms intending to submit bids on this project should obtain bid documents through the Government Electronic Tendering Service at http://Buyandsell.gc.ca/tenders or at the toll-free number 1-855-886-3030. Amendments, when issued, will be available from the same government electronic tendering service. Firms that elect to base their bids on bid documents obtained from other sources do so at their own risk and will be solely responsible to inform the bid calling authority of their intention to bid. BID RECEIVING: Sealed bids will be received at: Public Works and Government Services Canada, Bid Receiving Unit, Place du Portage, Phase III, Main Lobby Core 0B2, 11 Laurier Street, Gatineau, Quebec, K1A 1C9. 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. 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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Matende, Robinah
- Phone
- (613) 296-7948 ( )
- Email
- robinah.matende@tpsgc-pwgsc.gc.ca
- Address
-
L’Esplanade Laurier
4th floor, East Tower
140 O’Connor StreetOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.