Architectural and Engineering Services for Atlantic Science Enterprise Centre (ASEC)

Solicitation number EC015-220101/A

Publication date

Closing date and time 2021/06/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Amendment 012 is issued to make changes to the RFP.
    
    *************
    Amendment 011 is issued to make changes to the RFP, to the Project Brief and to provide questions and answers.
    
    *************
    
    Amendment 010 is issued to provide questions and answers and to extend the bid closing date to June 23 at 2:00 p.m. EDT.
    
    *************
    
    Amendment 009 is issued to make changes to the Project Brief and to provide questions and answers.
    
    *************
    
    Amendment 008 is issued to provide questions and answers.
    
    *************
    
    Amendment 007 is issued to provide the video and audio recordings of the Indigenous Benefit Plan Information Session, to provide the list of questions, to provide answers pertaining to the session, to provide key contact information for Mi’gmawe’l Tplu’taqnn Inc. (MTI) and for Joint Economic Development Initiative (JEDI) and to extend the bid closing date to June 22, 2021 at 2:00 p.m. EDT.
    
    *************
    
    Amendment 006 is issued to make changes to the Request for Proposal (RFP), to make changes to the Project Brief, to correct the response no. 8 that was provided in amendment 002 and to provide questions and answers.
    
    *************
    
    Amendment 005 is issued to provide questions and answers.
    
    *************
    
    Amendment 004 is issued to provide the Appendix S - BIM and CAD Requirements to the Project Brief. 
    
    *************
    
    Amendment 003 is issued provide registration information for the Indigenous Benefits Plan Information Session for potential bidders on the Architectural and Engineering Services for ASEC Request for Proposal and to provide the video and audio recordings of the Indigenous Benefits Plan (IBP) Information Session that was held for the Construction Management Services for ASEC Request for Proposal (EC015-212735/A) on April 27th, 2021.
    
    *************
    
    Amendment 002  is issued to provide questions and answers and to extend the bid closing date to Tuesday June 15,2021 at 2:00 p.m.EDT.
    
    *************
    
    Solicitation Amendment 001 is raised to make changes to the RFP in order to provide clarification with regards to licensing requirements, make a change to a section of the Project Brief and to provide answers to questions received.
    
    *************
    
    EPOST CONNECT SERVICE:
    
    This RFP allows Proponents to use the epost Connect service provided by Canada Post Corporation to transmit their proposal electronically. Proponents must refer to Proponent Instructions (PI), for further information. Due to the nature of the bid solicitation, transmission of proposals by facsimile is not recommended but offered to Proponents to provide an alternative opportunity in case of incompatibility or inability to transmit by epost Connect service.
    
    Proposals must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified below by the date and time indicated on page 1 of the bid solicitation: 
    
    Bid Receiving - Public Works and Government Services Canada 
    11 Laurier Street
    Place du Portage, Phase III
    Core 0B2
    Gatineau, Québec, K1A 0S5
    Email: TPSGC.DGAreceptiondessoumissions-ABBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca 
    Proposals will be not be accepted if emailed directly to this email address without using epost Connect service.
    Fax: 819-997-9776 
    
    WHEN READY TO SUBMIT USING EPOST CONNECT, PROPONENT SHOULD SEND AN EMAIL TO THE ABOVE EMAIL ADDRESS REQUESTING TO INITIATE THE EPOST PROCESS
    ______________________________________________________________________
    
    PROJECT IDENTIFICATION:
    
    Title: Architectural and Engineering Services for Atlantic Science Enterprise Centre (ASEC) 
    
    PROJECT DESCRIPTION:
    
    Public Works and Government Services Canada (PWGSC), commonly known as Public Services and Procurement Canada (PSPC) intends to retain an individual consulting firm, or joint venture, to provide professional services to modernize and redevelop the existing Gulf Fisheries Centre as part of a program of work related to the Laboratories Canada (LC) Initiative to accommodate the Atlantic Science Enterprise Centre (ASEC).
    
    This is a single phase selection process. The nature of the requirement and the anticipated limited number of responses 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 proposal. The proposal will cover not only the qualifications, experience and organization of the proposed Consultant Team, but also the detailed approach to the work, and the pricing offered. A combination of the technical, socio-economic and price of services submissions will constitute the proposal.
    
    The Proponent must be authorized to provide architectural and/or multidisciplinary engineering services, licensed, 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 law in any province of Canada.
    
    SECURITY REQUIREMENT:
    
    1. Industrial Security Requirement:
    (a) Prior to award, the Proponent must hold a valid Security Clearance as indicated in SC1- Security Requirement. Failure to comply with this requirement will render the Proposal non-responsive and no further consideration will be given to the Proposal.
    
    (b) The successful Proponent’s personnel, as well as any subconsultants and its personnel, who are required to perform any part of the work under the subsequent Contract must meet the mandatory security requirement as indicated in SC1 - Security Requirement. 
    
    2. It is the responsibility of the successful Proponent to ensure that the security requirements are met throughout the performance of the Contract. Canada will not be held liable or accountable for any delays or additional costs associated with the successful Proponent’s non-responsiveness with the mandatory security requirement.
    
    3. Proponents are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful Proponent to obtain the required clearance will be at the entire discretion of the Contracting Authority.
    
    4. For additional information on security requirements, proponents should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    FAIRNESS MONITOR: 
    
    Canada has engaged a Fairness Monitor to monitor this procurement process.
    
    
    CONTRACTING AUTHORITY:
    
    The Contracting Authority for this Request for Proposal is:
    
    Chantal Robitaille
    Public Services and Procurement Canada
    Real Property Contracting Directorate
    140 O'Connor Street, East Tower
    Ottawa, Ontario 
    K1A 0S5
    Canada
    Chantal.robitaille@tpsgc-pwgsc.gc.ca
    
    INDIGENOUS INFORMATION SESSION:
    
    It is anticipated that an information session on Indigenous Benefits will be held virtually.  Details will be provided via a Bid Solicitation amendment.
    
    
    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.

    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
    Robitaille, Chantal
    Phone
    (873) 353-0773 ( )
    Email
    chantal.robitaille@tpsgc-pwgsc.gc.ca
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    012 FR 15 2021/06/18
    012 EN 103 2021/06/18
    011 FR 11 2021/06/16
    011 EN 61 2021/06/16
    010 FR 13 2021/06/15
    010 EN 62 2021/06/15
    009 FR 13 2021/06/07
    009 EN 64 2021/06/07
    008 FR 15 2021/06/02
    008 EN 75 2021/06/02
    007 FR 18 2021/06/01
    007 EN 74 2021/06/01
    006 FR 20 2021/05/31
    006 EN 71 2021/05/31
    005 FR 20 2021/05/26
    005 EN 77 2021/05/26
    004 FR 24 2021/05/20
    004 EN 89 2021/05/20
    003 FR 30 2021/05/17
    003 EN 97 2021/05/17
    002 FR 26 2021/05/13
    002 EN 109 2021/05/13
    001 FR 39 2021/05/06
    001 EN 138 2021/05/06
    FR 205 2021/04/26
    FR 47 2021/04/26
    000 FR 71 2021/04/26
    000 EN 322 2021/04/26
    EN 306 2021/04/26
    EN 228 2021/04/26
    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
    New Brunswick
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price