New Block 2 PMSS Contract

Solicitation number EP758-180979/A

Publication date

Closing date and time 2017/10/24 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Please note that this NPP amendment is issued to extend the closing 
    date until Ocober 24, 2017.
    
    **************
    
    This NPP amendment 002 is issued clarify the qualifiers.  It Should indicate all Supply Arrangement Holders under E60ZN-15TSPS who qu
    alified under Tier 2 for the following category 4. Real Property 
    Project Management Services Stream:
    
    4.1 Project Administrator for Real Property
    4.2 Project Manager for Real Property
    4.3 Project Leader for Real Property
    4.4 Project Planner for Real Property
    4.5 Financial/Cost Specialist for Real Property
    4.7 Claims Analyst
    
    
    *******
    Please note that this NPP amendment is issued to extend the closing 
    date until Ocober 18, 2017, and to provide the RFP to all Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 4 for the following categories:
    
    4.1 Project Administrator for Real Property
    4.2 Project Manager for Real Property
    4.3 Project Leader for Real Property
    4.4 Project Planner for Real Property
    4.5 Financial/Cost Specialist for Real Property
    4.7 Claims Analyst
    
    ****
    
    Trade Agreement:World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), th
    
    e Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT),  the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA)  if it is in force. Canada Free Trade Agreement (CFTA)
    
    TenderingProcedures: Suppliers on permanent list or able to meet qualification requirements
    
    Competitive Procurement Strategy:  Best overall Proposal
    
    Comprehensive Land Claim Agreement: No
    
    Nature of Requirements: 
    
    TASK Based Professional Services (TSPS) Requirement
    
    This requirement is for: Public Works and Government Services Canada
    
    This requirement is open only to those Supply Arrangement Holders under 
    
    E60ZN-15TSPS who qualified under Tier 4 for the following categories:
    
    4.1 Project Administrator for Real Property
    4.2 Project Manager for Real Property
    4.3 Project Leader for Real Property
    4.4 Project Planner for Real Property
    4.5 Financial/Cost Specialist for Real Property
    4.7 Claims Analyst
    
     
    The following SA Holders have beeninvited to submit a proposal. 
    
    
    1.Action Personnel of Ottawa-Hull Ltd 
    2.Altis Human Resources (Ottawa) Inc. 
    3.CBRE Limited 
    4.CIMA+ S.E.N.C. 
    5.Colliers Project Leaders Inc. 
    6.Colliers Project Leaders Inc., Tiree Facility Solutions Inc.in Joint Venture 
    7.Ernst & Young LLP 
    
    
    8.IBISKA Telecom Inc. 
    9.Orbis Risk Consulting Inc. 
    10.Outcome Consultants Inc. 
    11.QMR STAFFING SOLUTIONS INCORPORATED,ERSKINE DREDGE ASSOCIATES & ARCHITECTS INC.,IN JOINT VENTURE 
    12.Stantec Consulting Ltd. 
    13.Tiree Facility Solutions Inc. 
    14.Turner & Townsend CM2R Inc. 
    15.WSP Canada Inc. 
    
    
    Description of the Requirement:
    
    The Parliamentary Precinct Branch of Public Works and Government Services Canada (PWGSC) has a requirement for real property project management services to assist in managing the planning, design and implementation for the Parliamentary Precinct Branch Block 2 Redevelopment Project and other related projects supporting the implementation of the Long Term Vision and Plan (LTVP) within the Parliamentary Precinct.  Block 2 encompasses the lands and buildings bounded between Wellington Street and Sparks Street, and Metcalfe and O’Connor Street.
    
    Level of Security Requirement: 
    
    Company Minimum Security Level Required: Facility Security Clearance  Secret
    Resource Minimum Security Level Required: Secret
    
    Applicable Trade Agreements:
    
    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-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).
    
    Proposed period of contract:
    
    It is intended to result in the award of one (1) contract for three (3) 
    y
    ears, and one(1) two-year irrevocable option allowing Canada to extend the term of the contract.  
    
    
    FileNumber:    EP758-180979/A
    
    Contracting Authority: Jeahan Kraya 
    
    Phone Number:  819-4205351
    
    E-Mail:   jeahan.kraya@tpsgc-pwgsc.gc.ca
    
    
    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles.  If you wish to find out ho
    
    w you can be a Qualified SA Holder, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA
    Delivery Date: 17/02/2016
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    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)

    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
    Kraya, Jeahan
    Phone
    (819) 420-5351 ( )
    Email
    jeahan.kraya@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St./ 11, rue Laurier
    3C2, Place du Portage, Phase III
    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
    17
    004
    English
    19
    003
    English
    21
    001
    English
    32
    000
    French
    17
    000
    English
    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 – Selective Tendering
    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: