SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Property Management, Project Delivery and Optional Services London

Solicitation number 08324-200590/B

Publication date

Closing date and time 2022/05/12 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: 
    
    Solicitation Amendment 015 is raised to publish the Bidders’ Conference Summary Report.
    
    Solicitation Amendment 014 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 013 is raised to modify the solicitation closing date from May 6th 2022 to May 12th 2022 at 2pm EDT.
    
    Solicitation Amendment 012 is raised to modify section 1.2.5 of the Request for Proposal, modify section 2.1 - Standard Instructions, Clauses and Conditions, modify section 2.2 - Submission of Bids, modify section 3.1 - Bid Preparation Instructions, modify section 4.1.2.1 - Mandatory Technical Criteria, modify Appendix G - Evaluation Criteria and to respond to a question from the Industry.
    
    Solicitation Amendment 011 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 010 is raised to modify the solicitation closing date from April 29 2022 to May 6th 2022 at 2pm EDT.
    
    Solicitation Amendment 009 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 008 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 007 is raised to modify the solicitation closing date from April 22nd 2022 to April 29th 2022 at 14:00 EDT.
    
    Solicitation Amendment 006 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 005 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 004 is raised to respond to a question from the Industry.
    
    Solicitation Amendment 003 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 002 is raised to modify section 2.8 - Mandatory Site Visit.
    
    Solicitation Amendment 001 is raised to remove sections 7.7.5 - Annual Cost Submission and 7.7.6 - Reconciliation of Payments to Actual Costs from the body of the RFP due to duplication and will remain in Appendix B - Terms of Payment and to modify section 7.14 - Limitation of Liability- Indemnification by the Contractor.
    
    
    IMPORTANT NOTICE TO BIDDERS:
    
    ** CERTIFICATION COVID-19 VACCINATION REQUIRED INTO THE BID SOLICITATION ON ITS CLOSING DATE **
    
    Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive
    
    Requirement:
    
    This bid solicitation process is being issued to satisfy the requirement of Public Works and Government Services Canada (Canada) and, Department of Foreign Affairs, Trade and Development (DFATD) for Property and Facility Management Services, Project Delivery Services, and other related Optional Services.  The requirement is for a fixed four-year (4) contract term with the possibility of up to a further two (2) one (1) year irrevocable options allowing Canada to extend the term of the contract.  
    
    The Work is to be performed throughout the High Commission of Canada to the United Kingdom (UK) and Northern Ireland in London, England. Known as Canada House, the property is comprised of two adjoining buildings located at 5 Trafalgar Square and 2-4 Cockspur Street.
    
    Security:
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website”.
    
    Mandatory Bidder’s Conference & Site Visit:
    
    It is mandatory that the Bidder or a representative of the Bidder attend the Bidders’ Conference which will be held on April 6th 2022 from 14:00 to 17:00 Greenwich Mean Time (GTM). Bidders are to meet at the Main Entrance of Canada House, 5 Trafalgar Square, London, United Kingdom. The scope of the requirement outlined in the Bid solicitation will be reviewed during the Bidder’s Conference and Bidder’s questions will be answered. 
    
    Bidders must communicate with the Contracting Authority before the Bidder’s Conference to confirm their attendance. Bidders must provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending and a list of questions they wish to table no later than April 1, 2022 at 16:00 GMT.
    
    Bidders who do not attend the mandatory Bidders' Conference or do not send a representative will not be given an alternative appointment and their Bid will be declared non-responsive.
    
    Any clarifications or changes to the bid solicitation resulting from the Bidders' Conference will be included as an amendment to the bid solicitation.
    
    It is mandatory that the Bidder or a representative of the Bidder visit the Work site. Arrangements have been made for the site visit to be held Canadian High Commission, 2-4 Cockspur Street, London, United Kingdom, on March 14th, 15th, and 16th, 2022 from 09:00 to 11:00 and 13:00 to 15:00 GMT. Bidders are to meet at the Main Entrance of Canada House, 5 Trafalgar Square, London, United Kingdom.
    
    This site visit is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The person(s) who attend must be fully vaccinated against COVID-19, or, for personnel that are unable to be vaccinated due to a certified medical contraindication, religion, or other prohibited grounds of discrimination under the Canadian Human Rights Act, subject to accommodation and mitigation measures that have been presented to and approved by Canada.
    
    Bidders must communicate with the Contracting Authority no later than March 8th, 2022 at 16:00 GMT to confirm attendance and provide the preferred date and time with two (2) alternative options, and the name(s) of the person(s) who will attend. Due to social distancing requirements, each site visit will consist of 3 Bidders with a maximum of two (2) individuals per Bidder.
    
    Bidders who do not confirm attendance, provide the name(s) of the person(s) who will attend, or who do not complete and submit the above certification as required will not be allowed access to the site. Bidders will be required to sign an attendance sheet. Bidders who do not attend the mandatory site visit or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. 
    
    Bidders should confirm in their Bid that they have attended the mandatory site visit.
    
    Evaluation Process
    
    a. Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.
    
    b. Canada will use the Phased Bid Compliance Process.
    
    Technical Evaluation:
    
    Mandatory and Point Rated Technical Evaluation criteria are included in Appendix G.
    
    Mandatory Technical Criteria:
    
    Each bid will be reviewed for compliance with the mandatory requirements of the bid solicitation process. All technical criteria that are mandatory requirements are identified specifically with the words “must” or “mandatory”. 
    The Phased Bid Compliance Process will apply to all mandatory technical criteria.
    
    Point-Rated Technical Criteria:
    
    Each bid will be rated by assigning a score to the rated requirements, which are identified in the bid solicitation process by the word “rated” or by reference to a score. 
    
    Bids which fail to obtain the required minimum number of points specified will be declared non-responsive. Each point rated technical criterion should be addressed separately.
    
    The Phased Bid Compliance Process will apply to the minimum of forty-two (42) points, or sixty (60)% overall for the technical rated criteria to be considered responsive. 
    
    Financial Evaluation:
    
    The financial evaluation process is described in Appendix G.
    
    Basis of Selection:
    
    Highest Combined Rating of Technical Merit, Response to Financial Scenarios, and Price- 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 evaluation criteria; and
    c) obtain the required minimum of forty-two (42) points out of the available seventy (70) points (60%) for the technical evaluation criteria.
    Bids not meeting (a) or (b) or (c) and (d) 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.
    
    All enquiries must be submitted in writing to the Contracting Authority”
    
    Philip Cowell
    Philip.cowell@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-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
    Cowell, Philip
    Phone
    (613) 296-1922 ( )
    Email
    philip.cowell@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
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    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
    015
    French
    3
    015
    English
    12
    014
    French
    0
    014
    English
    5
    013
    French
    0
    013
    English
    6
    012
    French
    0
    012
    English
    9
    011
    French
    0
    011
    English
    4
    010
    French
    1
    010
    English
    12
    009
    French
    0
    009
    English
    11
    008
    French
    1
    008
    English
    9
    007
    French
    3
    007
    English
    19
    006
    French
    0
    006
    English
    18
    005
    French
    0
    005
    English
    22
    004
    French
    2
    004
    English
    27
    003
    French
    3
    003
    English
    18
    002
    French
    3
    002
    English
    29
    001
    French
    9
    001
    English
    35
    000
    French
    30
    000
    English
    118

    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
    Foreign
    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: