Cost, Time, and Risk Management Services - Centre Block Rehabilitation Project

Solicitation number EP748-151888/B

Publication date

Closing date and time 2017/03/20 14:00 EDT

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: 
    
    ***** Bidders are advised that the RFP closing date is EXTENDED to MARCH 20, 2017 *****
    
    
    
    ***** Bidders are advised that the RFP closing date is EXTENDED to MARCH 06, 2017 *****
    
    
    
    NOTICE OF PROPOSED PROCUREMENT
    
    PROJECT IDENTIFICATION:
    Request for Proposal
    Cost, Time, and Risk Management Services - Centre Block Rehabilitation Project
    Centre Block, Parliament Hill, Ottawa, Ontario
    
    Purpose and scope:
    This bid solicitation is being issued to satisfy the requirement of the Department of Public Works and Government Services. This requirement is for the provision of cost/time/risk management strategic advisory services to develop, implement, and administer the master cost plan, master schedule and master risk management plan, all of whichwill be used to inform decisions in support of the Centre Block Rehabilitation project located at 111 Wellington Street, 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 December, 2021 withoptions to extend the contract to 2033.
    
    The requirement is subjectto the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA),  the Agreement on Internal Trade (AIT),the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru FreeTrade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CCOFTA), the Canada-Panama Free Trade Agreement (Canada-Panama FTA), the Canada-Honduras Free Trade Agreement (CHFTA) and the Canada-Korea Free Trade Agreement (CKFTA).
    
    Project Background:
    The Centre Block is at the very heart of Canada's political and cultural landscape.Itrepresents the rich history of this country, as well as its contemporary hopes and dreams.  Asthe institutional home of Canada's system of parliamentary democracy, it embodies the achievements and challenges of a bilingual, pluralistic society.  Itssetting, 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 aforum for public engagement, as a place of pilgrimage, as a setting for national rituals and celebrations, as an example of beautifully integrated design andcraftsmanship, 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, theWestBlock, 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 escarpment to the northand 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 buildingand allow an increased public presence.  It displays a multitude ofstone carvings, including gargoyles, grotesques and friezes in keeping with the Victorian High Gothicstyle.  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 mechanical and 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 exitingfrom 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 Commonsmaterial handling capability.
    
    Since 1999, only emergency repairs and regularmaintenance have been undertaken to allow continued occupancy of the building. The last significant rehabilitation was the repair to the Peace Tower and southfaçade, 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 significantrehabilitationin the very near-term as many of its major systems and components willbe 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 be decommissioned at one time and emptied before any invasive work can begin.  A challenging aspectof 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 spinefor pedestrian movement and independent but connected material handling facilities.
    
    Basis of Selection
    1. To be declared compliant, a Bidder must meet the mandatory requirements identified in the RFP.
    2. Bids meeting the mandatory requirements identified in the RFP will be evaluated based on the following criteria:
    - Bidder’s Experience and Achievements;
    - Bidder’s Approach and Methodology; 
    - Bidder’s Capacity; and
    - Bidder’s Resources’ Experience and Expertise, 
    
    Security Requirement
    Bidders are advised that this bid solicitation contains security requirements, which can be found in Parts 6 and 7 of the RFP.
    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.
    
    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 andother communications regarding the RFP should be directed only to the Contracting Authority identified at the email address below. Interested Bidders 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 Bidder. Canada designates the following person as the Contracting Authority:
    
    Jean-Daniel Bourret
    Public Works and Government Services Canada
    Acquisitions Branch, Centre Block Rehabilitation Project
    Email: jean-daniel.bourret@pwgsc-tpsgc.gc.ca
    Tel.: 819-775-7484
    
    All enquiries should be submitted in writing by e-mail to the Contracting Authority no later than fifteen calendar days before the RFP closingdate and time in order to be considered by Canada.
    To ensure consistency and quality ofinformationprovided to Bidders, significant enquiries received and their replies will be posted on BuyandSell.gc.ca.
    Canada retains the right to negotiate with suppliers on any procurement.
    
    RFP Documents:
    Firms/Entities intending to submit abid tothis 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 electronictendering service.
    
    Firms/Entities that elect to base their bid 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 this RFP.
    
    Documents may be submitted in either official language of Canada.
    
    Bid Receiving:
    Sealed bids 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)
    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
    Bourret, Jean-Daniel
    Phone
    (613) 996-0077 ( )
    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
    009
    French
    4
    009
    English
    24
    008
    French
    8
    008
    English
    21
    007
    French
    7
    007
    English
    25
    006
    French
    4
    006
    English
    17
    005
    French
    7
    005
    English
    26
    004
    French
    7
    004
    English
    28
    003
    French
    5
    003
    English
    35
    002
    French
    9
    002
    English
    34
    001
    French
    7
    001
    English
    38
    000
    French
    19
    000
    English
    131

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding