Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

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)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    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.

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: