REAL PROPERTY-1 (RP-1) PROPERTY MANAGEMENT AND PROJECT DELIVERY
SERVICES (continued)

Solicitation number EP008-112560/C

Publication date

Closing date and time 2013/10/08 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
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    PLEASE NOTE THE FOLLOWING REQUEST FOR INFORMATION HAS BEEN
    AMENDED.
    REQUEST FOR INFORMATION (RFI) 
    FOR
    REAL PROPERTY-1 (RP-1) - PROPERTY MANAGEMENT AND PROJECT
    DELIVERY SERVICES (FORMERLY KNOWN AS ALTERNATIVE FORMS OF
    DELIVERY (AFD)) 
    FOR
     PUBLIC WORKS AND GOVERNMENT SERVICES CANADA
    
    
    
    FILE NO.: EP008-112560/C
    CONTRACTING AUTHORITY: Lisa Wong
    EMAIL ADDRESS: Biensimmobiliers1.RealProperty1@tpsgc-pwgsc.gc.ca
    TELEPHONE: 613-736-3058
    
    
    THE FOLLOWING AMENDMENT IS TO EFFECT THE FOLLOWING CHANGE:
    
    INSERT:
    1)the new closing date will be October 8, 2013
    
    2) Insert the following Annex to the Request for Information:
    Annex O  - Real Property 1 (RP-1) RFI AMD 012, Phase 7 Responses
    
    
    -----------------------------------------------------------------
    ----------------------------------------------------------
    
    NOTE TO POTENTIAL RP-1 BIDDERS
    
    Buyandsell.gc.ca/tenders - the next evolution of the Government
    Electronic Tendering service 
    
    As of June 1, 2013 federal government bid solicitations (or
    tenders) previously posted on MERX are now published and
    available free of charge on a government of Canada Web site at
    Buyandsell.gc.ca/tenders.  Therefore all further RP-1 RFI
    amendments and the future RP-1 Request for Proposal will be
    published on Buyandsell.gc.ca/tenders.
    
    The benefits 
    Buyandsell.gc.ca is based on the principles of Open Government
    and presents procurement information in a way that is useful and
    easy to find. Standing offers, supply arrangements and contract
    history will be easily searched and downloaded along with
    tenders. 
    
    Suppliers will be able to use the open data in value-added ways
    that meet their needs. They will also benefit from an
    authoritative source of federal government procurement
    information.
    
    NATURE OF A REQUEST FOR INFORMATION
    This is not a bid solicitation. This Request for Information
    (RFI) will not result in the award of any contract. As a result,
    potential suppliers of any goods or services described in this
    RFI should not reserve stock or facilities, nor allocate
    resources, as a result of any information contained in this RFI.
    Nor will this RFI result in the creation of any source list.
    Therefore, whether or not any potential supplier responds to
    this RFI will not preclude that supplier from participating in
    any future procurement. Also, the procurement of any of the
    goods and services described in this RFI will not necessarily
    follow this RFI. This RFI is simply intended to solicit feedback
    from industry with respect to the matters described in this RFI.
    This RFI has excerpts that may or may not be used in the Request
    for Proposal (RFP) at a future date.
    
    
    SUMMARY
    Public Works and Government Services Canada (PWGSC) is one of
    the principal custodians of real property for the federal
    government. In 1998, the Department initiated a large-scale
    outsourcing of property management and project delivery services
    in approximately 250 office facilities across the country.  This
    initiative was called Alternative Forms of Delivery (AFD). Based
    upon the success of the 1998 initiative, PWGSC repeated the
    exercise in 2004 and eight contracts were awarded nationally.   
    
    Since 2004 the service delivery model has evolved to the point
    where leveraging the private sector is now considered the norm
    rather than an "alternative" way of delivering services. As a
    result, the next service delivery contracts will be called Real
    Property 1 - Property Management and Project Delivery Services
    (RP-1). The new name better reflects the operating reality and
    opens the door to the possible development of additional service
    delivery contracts as needs dictate.
    
    An initial RFI was posted on MERX December 20, 2010 requesting
    feedback from industry on 28 questions to inform of industry
    best practices and advice on key areas of the RP-1 such as the
    scope of the future RP-1 contracts, technical requirements,
    financial requirements, IMIT requirements and performance
    measurements. In February 2011, a team composed of a fairness
    monitor, Acquisition Branch (AB), Real Property Branch (RPB) and
    the Office of Small and Medium Enterprises (OSME)
    representatives held industry consultations in six cities
    (Edmonton, Vancouver, Halifax, Montreal, Toronto, and Ottawa)
    across Canada.  From March to May 2011, industry association
    consultations were held. 
    
    
    PURPOSE OF THIS REQUEST FOR INFORMATION 
    The purpose of this solicitation is to extend the publication of
    RP-1 RFI No.2, which is to seek industry feedback on the RP-1
    draft RFP content and provide relevant bidding information
    through phases (amendments) to this RFI. Respondents who wish to
    comment on any aspect of the draft RFP content provided and/or
    relevant bidding information are asked to please ensure they use
    specific references to the article numbers and paragraphs and
    address all comments directly to the Contracting Authority via
    email (Biensimmobiliers1.RealProperty1@tpsgc-pwgsc.gc.ca).
    
    PWGSC will consider all comments from industry in determining
    the final RFP.  All comments are requested by the identified
    phase closing dates.  
    
    
    Please note and comment on the following:
    
    
    PHASE 1 - Feedback was requested by:  September 6, 2012
    Phase 1 offered industry the opportunity to provide feedback on
    draft RP-1 documentation, including the: Security Requirement
    Checklist; Transition; Statement of Work table of contents;
    Insurance Requirements; and the Evolution of Acquired Services
    Framework for RP-1, which identified the key changes from AFD to
    RP-1.
    
    
    PHASE 2 - Consultation was held on December 13, 2012
    Phase 2 requested a consultation with senior executives from
    companies that may be interested in submitting a proposal for
    the RP-1 requirement.  The goal of the consultation session was
    to seek industry consensus on the following:
    
    Possible methods that would allow PWGSC to establish more than
    one contract for RP-1;
    Possible methods that would guarantee that PWGSC obtain more
    than one service provider;
    The duration that PWGSC should set for the base contract and any
    options; and,
    Possible approaches to sub-contracting that provide the greatest
    degree of transparency possible.
    
    PHASE 2 - Decisions resulting from consultation
    Pursuant to successful discussions with Industry on December 13,
    2012, PWGSC  incorporating many of the recommendations provided
    by Industry.  PWGSC has  decided to issue six contracts - one
    per PWGSC geographic region.    There will be no limiting
    strategy imposed and contracts will be awarded to the bidder
    that presents best value in each contracted area potentially
    allowing up to six different service providers. The contracts
    will be for a seven-year base contract period with an option to
    extend the period by three additional two-year periods up to a
    total of thirteen years. 
    
    PHASE 3 - Feedback was requested by March 5, 2013
    Phase 3 offered industry the opportunity to provide feedback on
    draft RP-1 Request for Proposal, Statement of Work, Basis of
    Payment, Key Performance Indicators, Contract Deliverables
    Requirement List, and Information Management and Information
    Technology. 
    
    Phase 3 requested a consultation with senior executives from
    companies that may be interested in submitting a proposal for
    the RP-1 requirement.  The consultation was in a group setting
    with Director Generals of PWGSC and took place in the National
    Capital Area on February 20, 2013.  The goal of the consultation
    session was to seek industry feedback on the following:
    Statement of Work;
    Basis of Payment;
    Key Performance Indicators;and,
    Information Management and Information Technology.
    
    PHASE 4 - Consultation was held on April 18, 2013
    Phase 4 consultation offered Industry Association stakeholders
    the opportunity to provide feedback on a selected draft bid
    evaluation criterion and Statement of Work section under
    consideration for the RP-1 requirement. 
    
    Phase 4 requested a consultation with senior representatives
    from Industry Associations. The consultation was held via
    teleconference with PWGSC on Thursday, April 18, 2013.  The goal
    of the consultation session was to seek Industry Association
    feedback on sections of the Evaluation Criteria and the
    Statement of Work.  
    
    PHASE 5 - Feedback was requested by May 14, 2013
    Phase 5 PWGSC shared with industry the RP-1 draft Evaluation
    Criteria and list of references, legislation and policies. 
    Industry had the opportunity to provide written feedback on the
    draft Evaluation Criteria.  
    
    PHASE 6 - Feedback was requested by May 31, 2013
    In Phase 6 PWGSC sought feedback from potential bidders for the
    future RP-1 Request for Proposal and the requirements for site
    visits.  PWGSC also sought feedback on the draft RP-1 Evaluation
    Criteria.
    
    PHASE 7 - Feedback was requested by September 12, 2013
    The first draft RP-1 Request for Proposal was issued on January
    25, 2013. Phase 7 offered industry the opportunity to provide
    feedback on the latest version draft of the RP-1 Request for
    Proposal (RFP). 
    
    
    COMPREHENSIVE LAND CLAIMS AGREEMENTS
    
    Some of the buildings included in RP-1 are located within
    Comprehensive Land Claims Agreement (CLCA) areas.  The
    applicable CLCAs for these locations are detailed below:
     
    Quebec:   James Bay and Northern Quebec Agreement - Inuit
    provisions:  Kuujjuaq, Kangiqsujjuaq, Inukjuak  
    
    Yukon:  
    Kwanlin Dun First Nation Final Agreement:  Whitehorse
    Ta'an Kwach'an Council Final Agreement :  Whitehorse
     
    Northwest Territories:
     Tlicho Comprehensive Land Claims Agreement:  Yellowknife,
    Behchoko, Wha Ti
    Inuvialuit Final Agreement:  Aklavik, Inuvik, Paulatuk, Sachs
    Harbour, Tuktoyaktuk, Holman
    Gwich'in Comprehensive Land Claims Agreement:  Aklavik, Inuvik,
    Fort McPherson
     
    Sahtu Dene and Metis Comprehensive Land Claims Agreement: 
    Deline, Fort Good Hope, Norman Wells, Tulita, Colville Lake
    
    Nunavut Territory:
    Nunavut Land Claims Agreement
    
    
    This PWGSC office provides procurement services to the public in
    the official languages of Canada (English and French).
    
    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
    Wong, Lisa
    Phone
    (613) 736-3058 ( )
    Fax
    (613) 736-3114
    Address
    Sir Charles Tupper Building 4th Fl/
    Édifice Sir Charles Tupper 4e étage
    A-425-F
    2720 Riverside Drive/
    2720, promenade Riverside
    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
    French
    9
    French
    2
    French
    27
    French
    7
    French
    5
    French
    3
    French
    2
    French
    4
    French
    4
    French
    1
    French
    4
    007
    French
    6
    009
    French
    26
    010
    French
    13
    French
    5
    004
    French
    7
    005
    French
    5
    006
    French
    12
    008
    French
    9
    002
    French
    8
    003
    French
    8
    013
    French
    4
    012
    French
    10
    011
    French
    37
    French
    16
    French
    3
    French
    9
    French
    3
    French
    9
    French
    8
    French
    6
    French
    5
    014
    French
    14
    French
    3
    French
    5
    French
    10
    French
    10
    French
    4
    French
    7
    French
    7
    French
    1
    001
    French
    14
    French
    18
    French
    5
    French
    6
    000
    French
    64
    English
    24
    English
    15
    000
    English
    257
    001
    English
    99
    002
    English
    37
    English
    13
    English
    21
    English
    53
    011
    English
    19
    013
    English
    6
    English
    29
    014
    English
    59
    English
    34
    003
    English
    24
    006
    English
    15
    004
    English
    11
    005
    English
    18
    008
    English
    21
    English
    7
    English
    52
    English
    5
    English
    14
    English
    12
    012
    English
    22
    007
    English
    10
    010
    English
    14
    009
    English
    60
    English
    10
    English
    18
    English
    8
    English
    18
    English
    8
    English
    7
    English
    7
    English
    15
    English
    9
    English
    48
    English
    14
    English
    11
    English
    22
    English
    13
    English
    7
    English
    13
    English
    30
    English
    17
    English
    17
    English
    24

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)

    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: