Centre Block Rehabiilitation Project - Project Management Support Services

Solicitation number EP748-151921/B

Publication date

Closing date and time 2016/12/05 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    ***** Bidder are advised that the RFP closing date is extended to December 5, 2016 *****
    
    
    ***** Bidder are advised that the RFP closing date is extended to December 1, 2016 *****
    
    NOTICE OF PROPOSED PROCUREMENT
    
    PROJECT IDENTIFICATION:
    Request for Proposal
    Project Management Support Services - Centre Block Rehabilitation Project
    Centre Block, Parliament Hill, Ottawa, Ontario
    
    Purpose:
    Public Works and Government Services Canada (PWGSC) wishes to contract for the provision of project management support services for the Centre Block Rehabilitation project located at 111 WellingtonStreet, Ottawa, Ontario.
    This Request for Proposal (RFP) defines the requirements for the contract. Interested parties are required to respond to this RFP. 
    
    The services are required from contract award through October 1, 2021 with options to extendthe contract to 2033.
    
    Scope:
    The PMSS Contractor must proactively provide project management and support services on a daily basis for the Project as set forthin this SOW, under the direction of the Department Representative (DR).  While this requires direct communication to enable the discussion and resolution of technical issues, no communication shall alter the terms of the Project scope, budget or schedules unless provided directly in writing by the DR.
    
    The delivery philosophy for the Project is one of shared commitment to collaboration, open communication, mutual respect and trust,early involvement of key members and collaborative decision making.  The PMSS Contractor is expected to take the initiative to work in a leadership role, makingdecisions and directing others when required to ensure that the Project moves forward on-schedule and on-budget while respecting this philosophy.  
    
    The PMSS Contractor must remain professional at all times while carrying out its role of ensuring the smooth and orderly communication of Project requirements throughout Contract duration.  The PMSS Contractor will foster a culture of open and collaborative dialogue that supports innovative ideas and continual information sharing in order to achieve project goals and objectives.  
    
    The PMSS Contractor reports to the DR and other PWGSC Project Team members as directed by the DR.  If conflicting information is provided or if issues arise that cannot be resolved, then the PMSS Contractor must seek clarification from the DR.  
    
    The PMSS Contractor must be comprised of qualified expertise with extensive relevant experience to provide all of the services identified in this SOW.  These services include:  
    a) Comprehensive Project leadership, management and administration services;
    b) Quality assurance management;
    c) Change order management andcontrol support, including unique Parliamentary Precinct Branch (PPB) approval processes;
    d) Comprehensive Project monitoring and reporting;
    e) Communications and technical writing for written reports and presentations;
    f) Documents and records management;
    g) Support security clearance and building access processes; and
    h) Collaboration tool management, such as Buzzsaw, or other similar systems.
    
    Project Background:
    The Centre Block is at the very heart of Canada's political and cultural landscape.  It represents the rich history of this country, as well as its contemporary hopes and dreams.  As the institutional home of Canada's system of parliamentarydemocracy, it embodies the achievements and challenges of a bilingual, pluralistic society. Its setting, within the extraordinary landscape of Parliament Hill, reminds us of the powerful intersection of history and geography that define Canada's identity, and that compel us to consider an ecological and sustainable future for this place and for the world. 
    
    The Centre Block contains many overlapping identities - as a place of governance, as a forum for public engagement, as a place of pilgrimage, as a setting for national rituals and celebrations, as an example of beautifully integrated design and craftsmanship, as a monument to Canadian achievements and sacrifices, as the focus of a capital city and of a country.
    
    The Centre Block is the core component within the Parliament Hill complex, occupying a central position between the East Block, the West Block, the Library of Parliament and the emerging Visitor Welcome Centre.  The Gothic Revival style of the original mid-19th Century building was specifically chosen to allow a rich and complex relationship between the wilderness escarpmentto the north and the great lawn to the south.  In its rebuilding after the disastrous 1916 fire, the exterior style was maintained and a new Beaux-Arts interior created to update the building and allow an increased public presence.  It displays a multitude of stone carvings, including gargoyles, grotesques and friezes in keeping with the Victorian High Gothic style.  The building is connected with the Peace Tower,built between 1919 and 1927, and the Library of Parliament.  It houses the Senate and House of Commons Chambers and offices of numerous Senators, Members of Parliament and senior administration or both legislative houses, as well as many ceremonial spaces such as the Hall of Honour, the Memorial Chamber and Confederation Hall. 
    Major renovations were first proposed in the 1960’s. At that time the original mechanicaland electrical systems were already more than 40 years old. Nothing was done for another nine years when a basement fire prompted improvements to the life safety systems.  In the mid-1970s, a complete rehabilitation was proposed but was postponed; however emergency exiting from the Peace Tower was improved.  By 1998, the CBUS had been constructed. This facility included underground electrical switchgear, transformers, emergency power generation and centralized Information Technology facilities as well as storage and support space for the House of Commons.  It also provided limited improvements to House of Commons material handling capability.
    
    Since 1999, only emergency repairs and regular maintenance have been undertaken to allow continued occupancy of the building. The last significant rehabilitation was the repair to the Peace Tower and south façade, completed in the late 1990s.  Repairs to the building such as the courtyard parapets and some of the penthouses have been completed and other similar interventions are ongoing.
    
    The Centre Block, including the Peace Tower, requires significant rehabilitation in the very near-term as many of its major systems and components will be at risk of critical failure by 2019, with total failure predicted by 2025.  Due to the interdependencies of the Centre Block building systems, it must bedecommissioned at one time and emptied before any invasive work can begin.  A challengingaspect of this project’s scope will be to integrate the Visitor Welcome Centre(VWC) Complex, aligning the Long Term Vision and Plan’s direction for a connecting concourse spine for pedestrian movement and independent but connected material handling facilities.
    
    Basis of Selection
    1. To be declared compliant, a Respondent must meet the mandatory requirements identified in the RFP.
    2. Responses meeting the mandatory requirements identified in the RFP will be evaluated based on the following criteria:
    - Experience and Achievements of Respondent on projects;
    - Experience and Expertise of Key Individuals; and
    - Approach and Methodology
    
    Security Requirement
    Respondents are advised that the following security requirements will form part of the RFP process. The Canadian Industrial Security Directorate (CISD) is solely responsible for security clearance processes. (http://ssi-iss.tpsgc-pwgsc.gc.ca/ressources-resources/contactisp-contactezpsi-eng.html).  Interested parties are strongly encouraged to initiate registration at this time.
    
    At the date of bid closing, the following conditions must be met:
    (a) the Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting Contract Clauses;
    (b) the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work sites must meet the security requirements as indicated in Part 7 - Resulting Contract Clauses; and
    (c) the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites.
    
    For additional information on security requirements, Bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    Aboriginal Business
    Aboriginal businesses are also invited to submit a tender against this requirement should you feel your Aboriginal business has capacity to do so; and The Government of Canada encourages Bidders to consider approaches and measures such as those found in the Procurement Strategy for Aboriginal Business, which are designed to enhance the participation of Aboriginal businesses in a manner consistent with Government of Canada Contracting Policy.
    Enquiries: 
    
    To ensure the integrity of this RFP process, all enquiries and other communications regarding the RFP should be directed only to the Contracting Authority identified at the email address below. Interested Respondents should not contact any other employee of Canada or other persons involved in the Project to discuss questions regarding the RFP. Non-compliance with this requirement during the prequalification period can, for that reason alone, result in disqualification of a Respondent. Canada designates the following person as the Contracting Authority:
    Mark Beriault
    Public Works and Government Services Canada
    Acquisitions Branch, Centre Block Rehabilitation Project
    Email: mark.beriault@pwgsc-tpsgc.gc.ca
    Tel.:819-775-5595
    
    All enquiries should be submitted in writing by e-mail to the Contracting Authority no later than fifteen calendar days before the RFP closing date and time in order to be considered by Canada.
    To ensure consistency and quality of information provided to Respondents, significant enquiries received and their replieswill be posted on BuyandSell.gc.ca.
    Canada retains the right to negotiate with suppliers on any procurement.
    
    RFP Documents:
    Firms/Entities intending to submit a Response to this RFP should obtain the RFP documents through the Government Electronic Tendering Service at http://Buyandsell.gc.ca/tenders or at the toll-free number 1-855-886-3030. 
    Amendments, when issued, will be available from the same government electronic tendering service.
    Firms/Entities that elect to base their Responses on RFP documents obtained from other sources do so at their own risk and will be solely responsible to inform the procurement calling authority of their intention to respond to thisRFP.
    Documents may be submitted in either official language of Canada.
    Response Receiving:
    Sealed Responses will be received at: Public Works and Government Services Canada, Bid Receiving Unit, Place du Portage, Phase III, Main Lobby Core 0A1, 11 Laurier Street, Gatineau, Quebec, K1A 1C9.
    For more information on the rehabilitation of the Centre Block, please visit
    http://www.tpsgc-pwgsc.gc.ca/collineduparlement-parliamenthill/batir-building/centre-eng.html
    
    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
    • Agreement on Internal Trade (AIT)
    • 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
    El-Zarka, Edward
    Phone
    (819) 775-7156 ( )
    Fax
    () -
    Address
    185 Sparks Street, 3rd floor
    Ottawa, Ontario, 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
    007
    English
    48
    007
    French
    16
    005
    English
    26
    006
    English
    23
    006
    French
    3
    005
    French
    3
    004
    English
    28
    004
    French
    6
    003
    English
    30
    003
    French
    12
    002
    English
    41
    002
    French
    10
    001
    English
    49
    001
    French
    3
    000
    English
    181
    000
    French
    17

    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 – Open Bidding

    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: