West Memorial Building Rehabilitation- Construction Manager Services

Solicitation number EH900-190297/A

Publication date

Closing date and time 2018/07/24 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: 
    
    PROJECT IDENTIFICATION:
    R.086471.212
    Title: West Memorial Building Rehabilitation- Construction Manager Services
    Address: 344 Wellington Street, Ottawa, Ontario
    
    PROJECT DESCRIPTION:
    
    Public Works and Government Services Canada (PWGSC) requires Construction Management Services to rehabilitate and modernize the base building services and structure of the West Memorial Building (WMB), located at 344 Wellington Street in downtown Ottawa, to accommodate a generic Workplace 2.0 Fit-up Standards occupancy for its long-term use. In the short-term, however, a portion of the WMB Rehabilitation Project must be fit-up, as swing-space, to temporarily accommodate the functions, currently carried out in the Supreme Court of Canada Building (SCCB), allowing that building to be rehabilitated. 
    
    The scope of Construction Management Services is comprised of two stages:
    
    - Stage A (estimated 15 months): Pre Construction Services and Construction Services limited to Minor Work.
     
    - Stage B (estimated 42 months excluding Post-Construction Services): Optional Services, exercised at the sole discretion of PWGSC which include Pre-Construction Services, Construction Services, Building Components and Connectivity (BCC) Services and Post-Construction Services. 
    
    The Construction Manager must ensure the WMB Rehabilitation Project is delivered on schedule, within the construction estimate and to the level of quality required for a building of this stature and must deliver the following benefits to the WMB Rehabilitation Project including but not limited to:
    
    - Advisory and support services
    - Sustainable construction
    - Project Administration
    - Work Packaging
    - Budget control and Cost Management 
    - Time Management (Scheduling)
    - Risk Management
    - Scope Control and Management
    - Quality Control
    - General Contractor Services
    - Provide full time site staff and site facilities
    - Act as Constructor under the Ministry of Labour (Ontario) regulations (the "Regulations") and the Occupational Health and Safety Act (Ontario) (the "Act")
    - Coordinate contractors retained by the Construction Manager and by others and ensuring the protection of the general public on or near the site
    - Provide labour and materials for pre-approved Division 1 Work
    - Sub-contract all other construction Work using competitive bidding processes and negotiation 
    - Pre-purchase key materials as needed and directed by PWGSC
    - Procure all necessary materials and services for the project
    
    The Contractor must perform the services and achieve Substantial Performance of the Work by no later than June 30, 2023. This date is assuming full scope of work is implemented and Stage B Optional Services are exercised by the Contracting Authority. 
    
    The estimated cost for this opportunity is within the following category: Over $5,000,000
    
    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, hold a valid Facility Security Clearance at the level of SECRET, with approved Document safeguarding at the level of SECRET, 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 Wednesday, June 20th at 10:00AM.Interested Bidders are to meet at West Memorial Building, 344 Wellington Street, access via loading dock on Bay Street.
    
    Safety Attire: 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: Limited street parking or commercial parking lots are available near the West Memorial Building. There is no on-site parking. Canada will not be responsible for reimbursement of parking costs.  
    
    ENQUIRIES:
      
    All enquiries must be submitted to the Contractual Authority: Amanda Tenbult at amanda.tenbult@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.

    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
    Tenbult, Amanda
    Phone
    (819) 230-0835 ( )
    Email
    amanda.tenbult@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St./11 Rue Laurier
    Portage III 6B1
    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
    002
    English
    43
    002
    French
    16
    001
    English
    37
    001
    French
    15
    000
    English
    184
    000
    French
    54

    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.