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 EN439-211126/A

Publication date

Closing date and time 2021/02/05 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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:  
    
    Project Management Support Services 
    Real Property Projects - National Capital Area
    
    
    REQUIREMENT DESCRIPTION
    
    Public Works and Government Services Canada (PWGSC) requires real property project management support services to be provided by highly experienced service provider in the field of real property project management. The services will be to assist PWGSC with a full range of day-to-day real property project management duties in support of the Government of Canada Real Property Projects in the National Capital Area. The services must be provided in accordance with the Statement of Work.
    
    The level of effort for the service requirements may vary in accordance with the needs of PWGSC projects and will be on an “as and when required basis”.
    
    The services include 24 resource categories/levels which are divided into the following four (4) workstreams:
    
    Workstream 1: Real Property Project Management Services (10 resource categories/levels)
    Workstream 2: Project Finance and Performance Management (5 resource categories/levels)
    Workstream 3: Business Consulting/Change Management (5 resource categories/levels)
    Workstream 4: Specialized Consulting (4 resource categories/levels)
    
    PWGSC intends to issue one (1) Contract per each workstream for the required services to be provided as a result of this solicitation. However, Bidders may submit a bid for one or more of the workstreams.
    
    PROPOSED PERIOD OF CONTRACT:
    
    This bid solicitation is being issued to satisfy the requirements of PWGSC. It is intended to result in the award of one (1) Contract per each workstream. In the event that a Bidder wants to bid on more than one workstream, a separate technical and financial bid should be submitted for each workstream. Each contract will be for three (3) years plus one irrevocable option of one (1) year allowing Canada to extend the term of the contract, under the same conditions.
    
    
    REQUIRED RESOURCE CATEGORIES PER WORKSTREAM:
    
    WORKSTREAM 1 - REAL PROPERTY PROJECT MANAGEMENT SERVICES (10 Resources)
    
    1 Portfolio Planner for Real Property (Senior)
    2 Project Administrator for Real Property (Intermediate)
    3 Project Leader for Real Property (Senior)
    4 Project Leader / Executive for Real Property (Senior)
    5 Project Manager for Real Property (Senior)
    6 Project Manager for Real Property (Intermediate)
    7 Project Manager for Real Property (Junior)
    8 Project Planner for Real Property (Senior)
    9 Project Scheduler for Real Property (Senior)
    10 Technical Writer for Real Property (Senior)
    
    WORKSTREAM 2 - PROJECT FINANCE AND PERFORMANCE MANAGEMENT (5 resources)
    
    11 Claims Analyst (Senior)
    12 Financial/Cost Specialist (Senior)
    13 Procurement Specialist (Senior)
    14 Quality Assurance/Management Specialist (Senior)
    15 Risk Management Specialist (Senior)
    
    
    WORKSTREAM 3 - BUSINESS CONSULTING AND CHANGE MANAGEMENT (5 resources)
    
    16 Business Consultant (Senior)
    17 Change Management Consultant (Senior)
    18 Communications Consultant (Senior)
    19 Communications Consultant (Intermediate)
    20 Organizational Development Consultant (Senior)
    
    WORKSTREAM 4 - SPECIALIZED CONSULTING (4 resources)
    
    21 Professional Architectural/Engineering Consultant (Senior)
    22 Project Manager for Real Property with Scientific Expertise in Environmental, Chemical, Biological Requirements, and Other Scientific Fields (Senior)
    23 Project Manager for Real Property with Technical Expertise in Geotechnical, Structural, Electrical, Seismic Requirements, and Other Recognized Engineering Fields (Senior)
    24 Project Manager for Real Property with Technical Expertise in High-Level Security Requirements (Senior)
    
    SECURITY REQUIREMENT:
    
    Company Minimum Security Level Required:  Facility Security Clearance, Secret
    Resource Minimum Security Level Required:  Reliability
    
    EVALUATION PROCEDURES AND BASIS OF SELECTION PER WORKSTREAM:
    
    - The Phased Bid Compliance Process applies to this requirement.
    - Technical evaluation
    - Indigenous Participation Plan (IPP)
    - Financial evaluation
    
    BASIS OF SELECTION PER WORKSTREAM
         
    The basis of selection is the highest combined rating of Technical Merit (65%), Price (30%) and Indigenous Participation Plan (IPP) (5%).
    
    To be declared responsive, a bid must:
    (a) comply with all the requirements of the bid solicitation for its workstream;
    (b) meet all the mandatory technical evaluation criteria for its workstream and;
    (c) obtain the required minimum number of points for the Point Rated Technical Criteria - Written (RTC) for its workstream.
    
    The responsive bid with the highest combined rating of technical merit, price and Indigenous Participation Plan (IPP) per workstream will be recommended for award of a contract. In the event two (2) 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 the combination of the IPP and the point rated technical criteria will be recommended for award of a contract per its workstream.
    
    ENQUIRIES:
      
    All enquiries are to be submitted to the Contractual Authority: Bushra Mirza by email at: Bushra.Mirza@tpsgc-pwgsc.gc.ca
    
    Enquiries are to be made in writing and must be received no less than seven (7) calendar days prior to the solicitation 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. 
    
    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.
    
    Bids can be submitted by using the epost Connect service provided by Canada Post Corporation. The only acceptable email address to use with epost Connect for responses to bid solicitations issued by PWGSC is:
    tpsgc.dgareceptiondessoumissions-abbidReceiving.pwgsc@tpsgc-pwgsc.gc.ca 
    
    
    
    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)

    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
    Mirza, Bushra
    Phone
    (613) 296-8782 ( )
    Email
    bushra.mirza@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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    012 EN 58
    012 FR 13
    011 EN 24
    011 FR 5
    010 EN 28
    010 FR 7
    009 EN 29
    009 FR 11
    008 EN 23
    008 FR 5
    007 EN 28
    007 FR 9
    006 EN 32
    006 FR 12
    005 EN 45
    005 FR 18
    004 EN 41
    004 FR 16
    003 EN 44
    003 FR 16
    002 EN 57
    002 FR 19
    001 EN 61
    001 FR 18
    000 EN 291
    000 FR 68

    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: