Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 23 from 7:00 pm until 11:00 pm (EDT)

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

Solicitation number EP008-112560/D

Publication date

Closing date and time 2014/01/31 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
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    REQUEST FOR PROPOSAL (RFP) 
    FOR REAL PROPERTY-1
    PROPERTY MANAGEMENT AND PROJECT DELIVERY SERVICES (RP-1)
    FOR PUBLIC WORKS AND GOVERNMENT SERVICES CANADA
    
    
    
    FILE NO.: EP008-112560/D
    CONTRACTING AUTHORITY: Lisa Wong
    EMAIL ADDRESS: Biensimmobiliers1.RealProperty1@tpsgc-pwgsc.gc.ca
    TELEPHONE: 613-736-3058
    
    
    NATURE OF REQUIREMENTS
    PURPOSE
    Public Works and Government Services Canada (PWGSC) is inviting
    bid proposals for six real property services Contracts,
    collectively referred to as Real Property-1: Property Management
    and Project Delivery Services (RP-1), one for each of its
    Atlantic, Quebec, National Capital Area (NCA), Ontario, Western
    and Pacific Regions. 
    The contracts will be for a seven-year base period, with an
    option to extend the period by three additional two-year
    periods, for a total potential duration of up to thirteen years.
     The period of the Contracts are from contract award to
    September 30, 2022. The Operational Start Date is April 1, 2015
    and the operational End Date of the Contract is March 31, 2022. 
    SCOPE
    The RP-1 Contracts will provide for ongoing support for most
    Crown-owned assets and leased space administered by PWGSC, as
    well as assets of Other Government Departments predominantly
    under the custodianship of the Canada Border Services Agency
    (CBSA), Natural Resources Canada (NRCan) and the Royal Canadian
    Mounted Police (RCMP).
    The assets included in each Contract are subdivided into
    Portfolios for management purposes. Much of the inventory
    included in each of the proposed Contracts will be transitioned
    from existing contracts at the end of their terms.
    The scope of Work, as set out in the Statement of Work (SOW),
    includes the requirement for the Contractor to have and to apply
    an acceptable service delivery regime and to provide:
    ·	Management Services, including meeting general requirements
    and business administration requirements, and providing
    communications and information services and property management
    services;
    ·	Services to Establish Third-Party Leases and Agreements with
    commercial and other non-federal tenants in federal buildings;
    ·	Lease Administration Services, for space leased by PWGSC to
    meet the needs of federal Tenants;
    ·	Project Delivery Services, including management and delivery
    of construction projects up to $1M and other real property
    projects, and providing support to projects delivered by others;
    and
    ·	Optional Services, if Canada exercises its option for one or
    more of these, including development of Asset Management Plans
    and Building Condition Reports, delivery of projects greater
    than $1M, and provision of space measurement and tenant
    facilities management services.
    BIDDERS CONFERENCE
    In conjunction with the RFP, there will be a bidders' conference
    held at Place du Portage, Phase IV, Conference Centre, Pontiac
    Room, 140 Promenade du Portage, Gatineau, Quebec, on October 31,
    2013, where the scope of the requirement outlined in the RFP
    will be reviewed and questions will be answered.
    
    Bidders are requested to register with the RP-1 Procurement Team
    before the conference to confirm attendance. Bidders should
    provide, in writing, to the RP-1 Procurement Team, the names and
    e-mail addresses of the person(s) who will be attending and a
    list of issues they wish to discuss at least 10 working days
    before the scheduled conference.
    
    PWGSC has also retained the services of a Fairness Monitor (PPI
    Consulting Limited) to provide independent assurance the
    procurement process is being conducted in a fair, open, and
    transparent manner.
    
    ENQUIRIES
    Respondents with questions regarding this RFP may direct their
    enquiries to Biensimmobiliers1.RealProperty1@tpsgc-pwgsc.gc.ca.
    
    DELIVERY DATE:  
    As described within the 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:
     
    Region	Title	Applicable CLCAs
    001	Atlantic	Labrador Inuit Land Claims Agreement (LILCA)
    002	Quebec	James Bay and Northern Quebec Agreement (JBNQA)
    003	National Capital Area	Not applicable
    004	Ontario	Not applicable
    005	Western	Tlicho Land Claims Agreement (TLCA)
    006	Pacific	Kwanlin Dun First Nation Final Agreement (KDFN), and
    Ta'an Kwach'an Council (TKC) Final 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Michniewicz, Joe
    Phone
    (613) 736-3220 ( )
    Fax
    () -
    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
    007 FR 16
    016 FR 10
    011 FR 22
    005 FR 16
    012 FR 18
    014 FR 20
    010 FR 16
    013 FR 10
    008 FR 16
    009 FR 18
    001 FR 45
    006 FR 14
    003 FR 15
    000 FR 173
    004 FR 17
    018 FR 47
    002 FR 38
    017 FR 19
    015 FR 15
    FR 31
    EN 131
    015 EN 80
    018 EN 160
    016 EN 66
    001 EN 242
    004 EN 101
    000 EN 1302
    007 EN 102
    002 EN 194
    003 EN 126
    009 EN 102
    011 EN 99
    010 EN 100
    017 EN 83
    008 EN 114
    014 EN 70
    013 EN 69
    005 EN 108
    006 EN 114
    012 EN 85

    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
    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)
    Region of opportunity
    Unspecified

    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: