Construction Cost Specialist
Solicitation number EN439-192865/A
Publication date
Closing date and time 2019/07/05 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Subsequent/Follow-on Contracts Comprehensive Land Claim Agreement: No Nature of Requirements: CLOSING DATE EXTENDED TO JULY 5, 2019 AT 02 :00 PM EDT. REQUIREMENT This is a solicitation to request Standing Offers (SO). A SO is not a contract and does not commit PWGSC to procure or contract for any services. Any resulting SO constitutes an Offer made by an Offeror for the provision of certain Services to Canada at prearranged prices or a prearranged pricing basis, under set terms and conditions, that is open for acceptance by Identified User on behalf of Canada during a specified period of time. A separate contract is formed each time a call-up for the provision of Services is made against a SO. Canada’s liability will be limited to the actual value of the call-ups made by the duly authorized Identified User within the period specified in the call-up. The Real Property Services of Public Services and Procurement Canada (PSPC) has a requirement for real property project management services. The successful Contractor will assist PSPC in managing Line Construction Cost Services for the Real Property Services Programs of Work and related projects in the National Capital Region. Public Services and Procurement Canada (PSPC) requires a Contractor to provide independent third-party, building, site and infrastructure cost planning, estimating, and peer reviews for a number of projects within the Project Management Service Line’s (PMSL) program of work. As a priority, these independent third-party services are intended to improve the accuracy and reliability of project cost estimates as these move through the project management process from inception, to design, to construction. The third-party independent costing and management services will also include a wide range of additional quantity surveying assignments including the provision of expert advice, as required, and related tasks such as, but not limited to, benchmarking and target setting. The Contractor will be primarily called upon to provide professional expertise and quantity surveying services in the conduct and delivery of the following: • Third party independent and parallel project-based cost plans, estimates and cash flows; • Third party independent peer reviews of project-based cost plans, estimates and cash flows to validate estimates developed by project team design consultants and/or contractors; and, • Third party project-based cost benchmarking in relation to materials and labour pricing, design approaches and options, and construction cost control practices. The Contractor may also be tasked with the development and maintenance of a master cost plan and cash flow for each project assigned, directed to monitor and assist in the control of project costs, and asked to provide strategic advisory services and quality assurance. This bid solicitation is being issued to satisfy the requirements of PSPC. It is intended to result in the award of four (4) standing offers for three (3) years, plus one (1) option year allowing Canada to extend the term of the contract. 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-European Union Comprehensive Economic and Trade Agreement (CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) and the Canadian Free Trade Agreement (CFTA). There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7A -Standing Offer, and Part 7B - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification. This RFSO allows offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method. EVALUATION PROCEDURES The Phased Bid Compliance Process applies to this requirement. Technical Evaluation Mandatory Technical Criteria Point Rated Technical Criteria Financial Evaluation The basis of selection is the highest Combined Rating of Technical Merit (70%) and Price (30%). The four (4) responsive offers with the highest combined rating of technical merit and price will be recommended for issuance of Standing Offer. The Work will be divided in the following proportion: 35%, 28%, 21% and 16% from the highest Total Points to the lowest. 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)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Assi, Amanda
- Phone
- (613) 297-1146 ( )
- Email
- amanda.assi@tpsgc-pwgsc.gc.ca
- Address
-
L'Esplanade Laurier,
East Tower 4th Floor
L'Esplanade Laurier,
Tour est 4e étage
140 O'Connor, StreetOttawa, Ontario, K1A 0R5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.