Project Management Support Services
Solicitation number EP750-192338/A
Publication date
Closing date and time 2019/05/24 14:00 EDT
Last amendment date
Description
Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: SOLICITATION CLOSING DATE EXTENDED TO MAY 24,2019 AT 02:00 PM EDT. ATTACHMENT 2 TO PART 5: ABORIGINAL PARTICIPATION COMPONENT (APC) CERTIFICATION HAS BEEN MODIFIED. SEE AMENDMENT 003. IMPORTANT NOTICE TO BIDDERS: - This procurement has been set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB. - A fairness monitor has been engaged to support the procurement process, and will provide written reports to the Departmental Oversight Branch (DOB), in accordance with the statement of work included in the fairness monitor's contract, attesting to the fairness of the procurement process. REQUIREMENT: The Department of Public Works and Government Services Canada (PWGSC) requires external support services including but not limited to highly experienced project leadership, management, and administrative support. The contractors will assist PWGSC on an as and when requested basis in the planning, design, and delivery of campus planning projects, project leadership services, portfolio planning, and asset management strategies and plans for the various directorates including, but not limited to, Owner Investor (OI) Directorate, the Long Term vision Plan (LTVP) Program Management Office, the Client Relationship Management (CRM) and the Precinct Planning Services (PPS) of the Program, Portfolio & Client Relationship Management (PPCRM) sector at the Parliamentary Precinct Branch (PPB). The Contractor must deliver services in support of the responsibilities of the PWGSC Project Managers and Directors. The Contractor must provide a full range of administrative, managerial, professional project management, project leadership and technical expertise required to deliver this the set program of work. The level of effort for service requirements may vary in accordance with the needs of PWGSC as the program progresses. The Contractor will provide the services on an as and when requested basis. All requirements will be authorized through Task Authorizations issued in accordance with the Contract. Required and Optional Resources Categories: Project Leader for Real Property - Senior Project Leader for Real Property - Intermediate Project Leader for Real Property - Junior Project Manager for Real Property - Senior Project Manager for Real Property - Intermediate Project Manager for Real Property - Junior Project Administrator for Real Property - Senior Project Administrator for Real Property - Intermediate Project Administrator for Real Property - Junior Financial/Cost Specialist for Real Property - Senior Project Planner for Real Property - Senior Project Planner for Real Property - Junior Portfolio Planner for Real Property - Junior Risk Management Specialist - Senior Technical Writer - Senior Technical Writer - Intermediate Communications Consultant - Intermediate Procurement Specialist - Senior Draftsperson/illustrator - Intermediate Business Analyst - Senior Retail Leasing Expert - Senior SECURITY REQUIREMENT: Company Minimum Security Level Required: Facility Security Clearance, Secret Resource Minimum Security Level Required: Secret PROPOSED PERIOD OF CONTRACT: It is intended to result in the award of 1 contract of 2 years plus 2 two-year irrevocable options allowing Canada to extend the term of the contract. EVALUATION PROCEDURES AND BASIS OF SELECTION: - The Phased Bid Compliance Process applies to this requirement. Basis of Selection - Highest Combined Rating of Technical Merit (70%) and Price (30%) -To be declared responsive, a bid must: (a) comply with all the requirements of the bid solicitation; (b) meet all the mandatory technical evaluation criteria; and (c) obtain the required minimum number of points for the Point Rated Technical Criteria - Written (RTW), as specified in Attachment 2 to Part 4 Technical Criteria. - Bids not meeting (a) or (b) or (c) will be declared non-responsive. Neither the responsive bid obtaining the highest number of points nor the one with the lowest evaluated price will necessarily be accepted. - The lowest evaluated price (LP) of all responsive bids will be identified and a pricing score (PS), determined as follows, will be allocated to each responsive bid (i): PSi = LP / Pi x 30. Pi is the evaluated price (P) of each responsive bid (i). - A technical merit score (TMS), determined as follows, will be allocated to each responsive bid (i):TMSi = OSi x 65. OSi is the overall score (OS) obtained by each responsive bid (i) for all the point rated technical criteria specified in Attachment 1 to Part 4, determined as follows: total number of points obtained / maximum number of points available. - The combined rating (CR) of technical merit and price of each responsive bid (i) will be determined as follows: CRi = PSi + TMSi . - In addition, the APC is worth a total of 5% and will then be added to the combined rating (CR). - The overall Technical and Financial Score (OTFS) is determined as follows: OTFS = PSi + TMSi + APC. - The responsive bid with the highest combined rating of technical merit, price and IPP will be recommended for award of a contract. In the event two or more responsive bids have the same highest combined rating of technical merit, Price and IPP, the responsive bid that obtained the highest overall score for all the point rated technical criteria detailed in Attachment 2 to Part 4 will be recommended for award of a contract. 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
-
Set-Aside Program for Aboriginal Business (SPAB)
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
- 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, StreetOttawa, Ontario, K1A 0R5
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__FK.B290.E76798.EBSU006.PDF | 006 | EN | 24 | |
ABES.PROD.PW__FK.B290.F76798.EBSU006.PDF | 006 | FR | 4 | |
ABES.PROD.PW__FK.B290.E76798.EBSU005.PDF | 005 | EN | 21 | |
ABES.PROD.PW__FK.B290.F76798.EBSU005.PDF | 005 | FR | 2 | |
ABES.PROD.PW__FK.B290.E76798.EBSU004.PDF | 004 | EN | 19 | |
ABES.PROD.PW__FK.B290.F76798.EBSU004.PDF | 004 | FR | 2 | |
ABES.PROD.PW__FK.B290.E76798.EBSU003.PDF | 003 | EN | 29 | |
ABES.PROD.PW__FK.B290.F76798.EBSU003.PDF | 003 | FR | 3 | |
ABES.PROD.PW__FK.B290.E76798.EBSU002.PDF | 002 | EN | 27 | |
ABES.PROD.PW__FK.B290.F76798.EBSU002.PDF | 002 | FR | 2 | |
ABES.PROD.PW__FK.B290.E76798.EBSU001.PDF | 001 | EN | 32 | |
ABES.PROD.PW__FK.B290.F76798.EBSU001.PDF | 001 | FR | 2 | |
ABES.PROD.PW__FK.B290.E76798.EBSU000.PDF | 000 | EN | 182 | |
ABES.PROD.PW__FK.B290.F76798.EBSU000.PDF | 000 | FR | 19 |
Access the Getting started page for details on how to bid, and more.