SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Project Management and Pre-Design Services for the Lubicon Lake Band Community Infrastructure

Solicitation number A2114-180001/A

Publication date

Closing date and time 2019/04/26 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 EXTENDED TO 2019-04-26
    
    SEE BELOW ATTACHMENTS: SEARCHABLE PDF DOCUMENTS.
    
    Description:
    
    Department of Indigenous Services Canada (DISC), on behalf of the Lubicon Lake Band, requires project management services to conduct a design-bid-build project delivery method through all phases, including feasibility and pre-design, detailed design, construction, and post-construction, to ensure the efficient delivery of the Lubicon Lake Band Community Infrastructure Project (Project).
    
    The resulting Funding Agreement will be issued and administered by DISC. The Project Manager will work in the best interest of the Project and report to the Project Implementation Committee, with the understanding that the Lubicon Lake Band is the primary beneficiary of the Project. The Lubicon Lake Band will provide guidance and direction to the Project Implementation Committee to ensure that the Project meets the needs of the community.
    
    In accordance with the Statements of Work (SOW), the Project Manager will be responsible for:
    
    a. Providing on-going project management services through all phases of the Project, from pre-design (including Feasibility Studies, the Environmental Review Process, and Extra Works) through to project implementation (including the commissioning and warranty period); 
    
    b. Assembling and managing the Feasibility and Pre-Design Consultant(s) which will be tasked with reviewing existing information, carrying out comprehensive Feasibility and Pre-Design Studies, completing the Environmental Review Process, and preparing, procuring, and overseeing an Extra Works Package. The Feasibility and Pre-Design Consultant(s) may be formed by a single firm/entity (sub-consultant) with sufficient professional resources to adequately accommodate the requirements of the Project, or by an ensemble of professionals championed by the Project Manager;
    
    c. Procuring, managing, and being accountable for qualified and experienced Design Consultant(s) which will be tasked with the production of a Detailed Architectural and Engineering Design and “tender-ready” project documents for construction. The Design Consultant(s) will be a sub-contractor to the Project Manager;  
    
    d. Aiding the Lubicon Lake Band in the procurement of Construction Contractor(s) for the implementation of the Project, including the development of procurement documents; and
    
    e. Managing the work of the Construction Contractor(s) and ensuring the Capital Assets are delivered as per the fit-up requirements specified in the Request for Proposal (RFP) and Project Commissioning Authority’s recommendation.
    
    f. Ensuring that work is conducted in a manner that will satisfy the provisions outlined in Annex 10 - Capital Agreement.
    
    - The resulting Funding Agreement will be issued by The Department of Indigenous Services Canada (DISC). DISC will be responsible for all the Funding Agreement management.
    
    Optional Site Visit:
    
    It is recommended that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at the Little Buffalo School on Calahesen Road, Cadotte Lake (Hamlet of Little Buffalo), Alberta, T0H 0N0, 56°26'15.8"N 116°06'16.9"W on March 19, 2019,. The site visit will begin at 9:30 Mountain Daylight Time (MDT).
    
    Bidders are requested to communicate with the  Request for Proposal (RFP) Authority at hakim.ghoumrassi@tpsgc-pwgsc.gc.ca  by no later than March 11, 2019 at 17:00 Eastern Daylight Time (EDT) to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders may be requested to sign an attendance sheet. Bidders who do not attend or do not send a representative will not be given an alternative appointment but they will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
    
    Mandatory Technical Criteria:
    Mandatory technical evaluation criteria are included in Attachment 1 to Part 4 - Mandatory Technical Criteria. Bids which meet all the mandatory technical criteria will be evaluated and scored.
    
    Point-Rated Technical Criteria:
    Point-rated technical evaluation criteria are included in Attachment 2 to Part 4 - Point-Rated Technical Criteria. Point-rated technical criteria not addressed will be given a score of zero. 
    
    Financial Criteria and Evaluation:
    For bid evaluation and selection purposes only, the evaluated price of a bid will be determined in accordance with the Attachment 3 to Part 4 - Price Proposal Form.
    
    Financial bids that do not meet the financial criteria below will be declared non-responsive.
    
    The Bidder’s total evaluated price will be the sum of Price Schedules 1, 2, 3, and 4 as calculated in the Attachment 3 to Part 4 - Price Proposal Form. The price of the bid will be evaluated in Canadian dollars, Applicable Taxes (HST and GST) included and shown separately as applicable, FOB destination, Canadian customs duties and excise taxes included.
    
    All price proposal envelopes corresponding to responsive technical proposals which have achieved the pass mark of sixty percent (60%) will be opened upon completion of the technical evaluation. 
    
    If four or more proposals have their price proposal envelope opened, an average price is determined by adding all the price proposals together and dividing the total by the number of price proposals being opened. The price rating points will only be awarded to those proposals whose total evaluated price is less than or equal to 125% of the average bid price of the responsive proposals. 
    
    Proposals that fall outside this range (price proposal is above the upper limit of 125% of the average bid price of the responsive proposals) will be set aside and receive no further consideration.
    
    Basis of Selection - Total Score of Combined Rating of Technical Merit and Price:
    a. To be declared responsive, a bid must:
    i. comply with all the requirements of the bid solicitation; 
    ii. meet all mandatory criteria; and
    iii. obtain the required minimum of 600 points (60% passing mark) overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 1000 points.
    
    b. Bids not meeting i or ii or iii will be declared non-responsive.
    
    c. The selection will be based on the highest responsive combined rating of technical merit and price.  
    
    d. The ratio will be 70% for the technical merit and 30% for the price.
    
    e. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained divided by the maximum number of points available, and multiplied by 70%.
    
    f. To establish the pricing score, each responsive bid will be prorated against the lowest price and multiplied by 30%.
    
    g. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.
    
    h. Neither the responsive bid obtaining the highest technical score nor the one with the lowest price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a funding agreement.
    
    i. In the event two or more responsive bids have the same highest combined rating of technical merit and price, the responsive bid with the highest technical merit will be recommended for award of a funding agreement.. 
    
    j. In the event two or more responsive bids have the same rating for technical merit and price, the responsive bid recommended for award of a funding agreement will be awarded on the basis of the highest accumulated rating for RT 1.1.b - Lead Project Manager Relevant First Nation Experience, RT 2.3.b Community Engagement and Consultation Strategy, RT 2.3.c Communications Strategy ,RT 2.3.d Lubicon First Nation Training and Employment Strategy, and RT 2.5.b Aboriginal Capacity Development Philosophy/Approach/Methodology.
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) and the Canadian Free Trade Agreement (CFTA).
    
    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

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Ghoumrassi, Hakim
    Phone
    (819) 664-7321 ( )
    Email
    hakim.ghoumrassi@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    017
    French
    4
    017
    English
    22
    016
    French
    2
    016
    English
    18
    014
    French
    1
    015
    French
    0
    015
    English
    14
    014
    English
    9
    013
    French
    0
    012
    French
    1
    012
    English
    9
    013
    English
    9
    011
    French
    0
    011
    English
    14
    010
    French
    0
    010
    English
    11
    009
    French
    0
    009
    English
    8
    007
    French
    0
    008
    French
    2
    007
    English
    16
    008
    English
    14
    006
    French
    1
    005
    French
    2
    006
    English
    16
    005
    English
    20
    004
    French
    3
    004
    English
    24
    003
    French
    1
    003
    English
    23
    002
    French
    2
    French
    39
    English
    39
    002
    English
    29
    001
    French
    0
    001
    English
    30
    000
    French
    23
    000
    English
    143

    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
    Alberta
    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.

    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: