Project Management Support Services - Laboratories Canada

Solicitation number EP938-212398/A

Publication date

Closing date and time 2021/11/29 14:00 EST

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: 
    
    ** 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.
    ________________________
    
    Amendment 011:This amendment is raised to extend the bid closing date, modify the maximum score possible for RT3.7, RT3.8 & RT3.9 in the Workstream 1, the total score for the Workstream 1, the clause for the performance evaluation and answer questions received from the industry.
    
    
    Amendment 010:This amendment is raised to answer a question received from the industry. 
    
    Amendment 009: The Amendment 009 is raised to answer questions received from the industry and make minor adjustments in the Point Rated Technical criteria in in the RFP in order to keep constancy with both versions (English and French).
    
    Amendment 008: The Amendment 008 is raised to modify the bid closing date of the RFP, correct a mistake in the Point Rated Technical criteria in the French RFP and answer questions received from the industry. 
    
    Amendment 007:The Amendment 007 is raised to modify a terminology due to a question received from the industry. 
    
    Amendment 006: The amendment 006 is raised to extend the bid closing date to the RFP, add a clause for the performance evaluation, modify the mandatory criteria MT1 in the RFP and revised the answer provided at the question 10 in the amendment 005.
    
    Amendment 005: The Amendment 005 is raised to modify the mandatory criteria in the RFP and answer questions received from the industry.
    
    Amendment 004: The Amendment 004 is raised to add the Covid-19 vaccination requirements to the RFP.
    
    Amendment 003:This Amendment 003 is raised to modify terminology,  the mandatory criteria, the point 7.1.2 Task authorization, the Annex E - Task Authorization Form and answer questions 4 to 9 received from the industry. 
    
    Amendment 002: The amendment 002 is raised to extend the bid closing date.
     
    Amendment 001: The amendment is raised to answer questions received from the industry. 
    ________________________
    
    REQUIREMENT DESCRIPTION
    
    Public Services and Procurement Canada (PSPC) requires a variety of expertise in project management with knowledge and experience in supporting and managing Government of Canada Real Property Projects. Laboratories Canada will require a team of resources who will be called upon, as and when required, to provide a broad range of services to support its projects such as, but not limited to: Project Manager, Project Leader, Portfolio Planner, Project Scheduler, Project Planner and Project Administrator, Business Consultant, Organizational Development Consultant, Change Management Consultant, Communication Consultant, Financial Specialist, Risk Management Specialist, Claim Analyst. Levels of service will include junior, intermediate and senior level specialists in the various streams.
    
    The support of an integrated team, will enable and complement the skills and competencies required to successfully implement a variety of projects/initiatives across the department and as a service provider to the Government of Canada, including, but not limited to Laboratories Canada.
    
    The 13 resource categories in the RFP are divided into 3 workstreams, which will be evaluated (separate technical and financial bid to be submitted) with the intent to award three (3) individual contracts per workstream.
    
    Workstream 1: Project Management Services (Real property) (37 resource categories/levels)
    Workstream 2: Business Consulting / Change Management (26 resource categories/levels)
    Workstream 3: Project Finance and Performance Management (13 resource categories/levels)
    
    PWGSC intends to issue a maximum of three (3) 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 three (3) 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.
    
    REQUIRED RESOURCE CATEGORIES PER WORKSTREAM
    
    WORKSTREAM 1 - PROJECT MANAGEMENT SERVICES (Real Property) 
    
    1  Project Manager - Junior
    2  Project Manager - Intermediate
    3  Project Manager - Senior
    4  Project Leader - Intermediate
    5  Project Leader - Senior
    6  Portfolio Planner - Intermediate
    7  Portfolio Planner - Senior
    8  Project Scheduler - Senior
    9   Project Administrator - Junior
    10  Project Administrator - Intermediate
    11   Project Administrator - Senior
    12  Project Planner - Intermediate
    13  Project Planner - Senior
    
    WORKSTREAM 2 - BUSINESS CONSULTING / CHANGE MANAGEMENT
    
    1 Business Consultant - Junior
    2 Business Consultant - Intermediate
    3 Business Consultant - Senior
    4 Organizational Development Consultant - Junior
    5 Organizational Development Consultant - Intermediate
    6 Organizational Development Consultant - Senior
    7 Change Management Consultant - Junior
    8 Change Management Consultant - Intermediate
    9 Change Management Consultant - Senior
    10 Communications Consultant - Junior
    11 Communications Consultant - Intermediate
    12 Communications Consultant - Senior
    
    WORKSTREAM 3 - PROJECT FINANCE AND PERFORMANCE MANAGEMENT
    
    1 Financial Specialist - Junior
    2 Financial Specialist - Intermediate
    3 Financial Specialist - Senior
    4 Risk Management Specialist - Junior
    5 Risk Management Specialist - Intermediate
    6 Risk Management Specialist - Senior
    7 Claims Analyst - Intermediate
    8 Claims Analyst - Senior
    
    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 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 for its workstream.
    
    The responsive bid with the highest combined score of technical merit, price and Indigenous Participation Plan (IPP) will be recommended for award of Contract /001.
    
    The responsive bid with the second highest combined score of technical merit, price and Indigenous Participation Plan (IPP) will be recommended for award of Contract /002.
    
    The responsive bid with the third highest combined score of technical merit, price and Indigenous Participation Plan (IPP) will be recommended for award of Contract /003.
    
    ENQUIRIES
      
    All enquiries are to be submitted to the Contractual Authority: Audrey Paquin by email at: Audrey.Paquin@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
    
    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 
    
    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.

    Contract duration

    Refer to the description above for full details.

    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
    Paquin, Audrey
    Phone
    (613) 295-8826 ( )
    Email
    Audrey.Paquin@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
    011
    French
    8
    011
    English
    28
    010
    French
    3
    010
    English
    34
    009
    French
    5
    009
    English
    26
    008
    French
    4
    008
    English
    24
    007
    French
    4
    007
    English
    20
    006
    French
    4
    006
    English
    27
    005
    French
    2
    005
    English
    24
    004
    French
    4
    004
    English
    27
    003
    French
    4
    003
    English
    27
    002
    French
    9
    002
    English
    27
    001
    French
    14
    001
    English
    50
    000
    French
    39
    000
    English
    208

    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
    British Columbia
    ,
    New Brunswick
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: