Project management support services

Solicitation number EP758-202869/A

Publication date

Closing date and time 2022/06/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Amendment 005: extend the closing date of the Request For Proposal and answer questions from the industry
    
    amendment 004:multiple modifications
    
    Amendment 003: extend the closing date of the Request For Proposal and answer questions from the industry.
    
    Amendment 002: multiple modifications
    
    Amendment 001: raised to extend the closing date of the Request For Proposal.
    
    REQUIREMENT DESCRIPTION
    
    The Science and Parliamentary Infrastructure Branch (SPIB) of Public Works and Government Services Canada (PWGSC) has a requirement for real property project management services and specialized real property project management support services. The successful Contractors will assist PWGSC in managing the planning, design, and implementation for the South Blocks Projects (bounded by Elgin & Bank street and Wellington & Sparks street), Physical Security Program (SEC), and the Office of the Prime Minister and Privy Council (OPMPC) Projects.
    
    
    The services must be provided in accordance with Annex A - Statement of Work. The services have been divided into Four workstreams.
    
    Workstream 1: Project Management Services
    Workstream 2: Project Finance and Performance Management
    Workstream 3: Business Consulting
    Workstream 4: Technical Services
    
    PWGSC intends to issue a maximum of two (2) Contracts 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
    
    It is intended to result in the award up to two (2) Contracts 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 five (5) years, plus one (1) two (2)-year irrevocable option allowing Canada to extend the term of the contracts for Workstream 1¸ 2, 3, and 4. Funding will be assigned through task authorizations on a project basis.
    
    REQUIRED RESOURCE CATEGORIES PER WORKSTREAM
    
    WORKSTREAM 1 ? Project Management Services
    
    1)Project Leader for Real Property Senior #1
    2)Project Leader for Real Property Senior #2
    3)Project Manager for Real Property #1 Senior
    4)Project Manager for Real Property #2 Senior
    5)Project Manager for Real Property #3 Senior
    6)Project Manager for Real Property #4 Senior
    7)Project Manager for Real Property #5 Senior
    8)Project Manager for Real Property #6 Senior
    9)Project Manager for Real Property #1 Intermediate
    10)Project Manager for Real Property #2 Intermediate
    11)Project Manager for Real Property #3 Intermediate
    12)Project Manager for Real Property #4 Intermediate
    13)Project Administrator (Financial Support) for Real Property #1 Intermediate
    14)Project Administrator (Administrative Support) for Real Property #2 Intermediate
    
    WORKSTREAM 2 ? Project Finance and Performance Management
    
    1)Project Planner for Real Property Senior
    2)Quality Assurance / Management Specialist Senior
    3)Risk Management Specialist Senior
    4)Procurement Specialist Senior
    5)Flexible Grid Claims Analyst Senior
    
    WORKSTREAM 3 ? Business Consulting
    
    1)Business Analyst Senior
    2)Communications Consultant Intermediate
    
    WORKSTREAM 4 ? Business Consulting
    
    1)Commissioning Agent #1 Intermediate
    2)Commissioning Agent #2 Intermediate
    3)Commissioning Agent #3 Intermediate
    4)Technical Writer Senior
    5)BIM Coordinator #1 Intermediate
    6)BIM Coordinator #2 Intermediate
    7)BIM Technician #1 Intermediate
    8)BIM Technician #2 Intermediate
    
    
    SECURITY REQUIREMENT
    
    Company Minimum Security Level Required:  Facility Security Clearance, Secret
    Resource Minimum Security Level Required:  Secret
    
    EVALUATION PROCEDURES AND BASIS OF SELECTION PER WORKSTREAM
    
    - The Phased Bid Compliance Process applies to this requirement.
    - Technical evaluation
    - Financial evaluation
    
    BASIS OF SELECTION PER WORKSTREAM
         
    The basis of selection is the highest combined rating of Technical Merit (70%), Price (25%) and INDIGENOUS PARTICIPATION COMPONENT (IPC). (5%).
    
    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.
    
    The responsive bid with the highest combined score of technical merit, price and Indigenous Participation Component (IPC) will be recommended for award of Contract /001.
    The responsive bid with the second highest combined score of technical merit, price and Indigenous Participation Component (IPC) will be recommended for award of Contract /002.
    
    ENQUIRIES
      
    All enquiries are to be submitted to the Contractual Authority: Maxime Dallaire by email at: maxime.dallaire@tpsgc-pwgsc.gc.ca
    
    Enquiries are to be made in writing and must be received no less than ten (10) 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
    
    Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated in the bid solicitation.
    
    Note:  For bidders choosing to submit using epost Connect for bids closing at the Bid Receiving Unit in the National Capital Region (NCR) the email address is:
    
    tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca
    
    Facsimile number: 819-997-9776
    
    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.
    
    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-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Dallaire, Maxime
    Phone
    (613) 296-1437 ( )
    Email
    maxime.dallaire@tpsgc-pwgsc.gc.ca
    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
    005
    English
    22
    005
    French
    4
    004
    English
    9
    004
    French
    1
    003
    English
    10
    003
    French
    2
    002
    English
    26
    002
    French
    5
    001
    English
    33
    001
    French
    6
    000
    English
    203
    000
    French
    25

    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
    Ontario (except 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: