CONSULTING SERVICES, CANADA REVENUE AGENCY SPACE REDUCTION -
RALSTON BLDG.

Solicitation number E0225-131878/A

Publication date

Closing date and time 2012/11/05 12:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Trilogy Interior Design Incorporated
    PO Box 321
    Bedford Row
    Halifax Nova Scotia
    Canada
    B3J2N7
    Nature of Requirements: 
    CONSULTING SERVICES
    CANADA REVENUE AGENCY SPACE REDUCTION - RALSTON BLDG.
    1. An Advance Contract Award Notice (ACAN) allows departments
    and agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a statement of capabilities that meets
    the requirements set out in the ACAN, the competitive
    requirements of the government's contracting policy have been
    met. Following notification to suppliers not successful in
    demonstrating that their statement of capabilities meets the
    requirements set out in the ACAN, the contract may then be
    awarded using the Treasury Boards electronic bidding
    authorities. However, should a Statement of Capabilities be
    found to meet the requirements set out in the ACAN, then the
    contracting authority will proceed to a full tendering process.
    
    2. Canada Revenue Agency (CRA) has a requirement to engage the
    services of a prime consultant to carry out interior design for
    CRA space reduction at the Ralston Building, located in Halifax,
    Nova Scotia.
    
    Terms of Reference for Consulting Services related to Canada
    Revenue Agency Space Reduction at the Ralston Building
    
    This project is being initiated to address the space
    requirements for the Tax Services Office (TSO) of the Canada
    Revenue Agency (CRA), located in the Ralston Building at 1557
    Hollis Street in Halifax, N.S. CRA have identified an objective
    of reducing their space by approximately 2000 square meters of
    office space at this location. The schematic design layouts for
    the space reduction have already been completed by Trilogy
    Interior Design Inc. under a separate Contract. The scope of
    this project is to complete the Construction Documents and
    provide the Construction Administration services for the
    project. As time is of the essence with this project the design
    work shall be completed within 6 weeks of award. It is noted
    that the consultant will not have free access to the site during
    the design or construction phases. A designated member of the
    Canadian Corps of Commissionaires must attend the consultant at
    all times. The consultant will be required to directly engage
    the services of a Commissionaire when necessary. It is noted
    that all construction activities will need to be carried out
    after regular working hours (i.e. After 5pm and before 7am
    during regular work days.)
    
    PLEASE NOTE: Existing drawings describing the spaces involved in
    the CRA Space Reduction Project at the Ralston Building can be
    sent upon written request.
    
    Available Material
    
    The following items are available for the consultant to use in
    completion of this
    assignment:
    · Floor plans showing existing layout of all workstations and
    offices c/w numbering system
    · Floor plans showing new layout of all workstations and offices
    c/w new numbering
    system
    · Staff relocation outline indicating which staff members are
    relocation and to where
    · A preliminary relocation sequence indicating the phasing of
    the construction.
    · Base Building construction drawings showing the construction
    of walls, ceilings,
    floors and most Mechanical and Electrical details.
    · Building recording of locations where asbestos is likely to be
    encountered requiring
    consideration of remediation plans while working in those areas.
    
    The following services as highlighted below are required under
    this Terms of Reference
    for Consultant Services. It is assumed that the prime consultant
    will take responsibility
    for the services required from other sub-consultants. All such
    services will appear as
    seamless to PWGSC with the prime consultant responsible for all
    coordination activities.
    
    Prime Consultant - Interior Design
    
    Deliverables and services necessary but not necessarily limited
    to are:
    - Conduct field review of site to determine existing conditions
    and/or the base building
    design drawings.
    - The Consultant shall be responsible for all design activities
    related to the relocation of
    staff at the Ralston Building. The Consultant shall take
    responsibility for engaging
    appropriate Mechanical and Electrical resources as necessary to
    complete the work as
    outlined. The Consultant shall submit all drawings for reviews
    at 66% and 99%
    completion. The co-ordination of all consultants work shall
    carry through the tender,
    construction, and final inspection phases. The scope of work for
    the M&E consultant
    is included below.
    - Identify system furniture to be removed, reconfigured or
    relocated. Prepare a detailed
    listing of requirements for systems furniture. Prepare an
    inventory of surplus systems
    furniture. Identify where new furniture will be required to
    complete the renovations
    and provide detailed specification for the new furniture.
    - Attend bi-weekly project team meetings with CRA and PWGSC
    during the design phase of the project. Document minutes for
    these meetings and distribute via e-mail within 3 business days
    for the meeting date.
    - Provide support during presentations of the project to CRA
    Ralston staff.
    - Produce tender ready CAD plans and NMS specifications based on
    the schematic design completed under the previous contract as
    well as the required project phasing and move plans. All
    drawings and specifications must be prepared in accordance to
    the PWGSC CADD Standards and standards from the "Business with
    PWGSC"document.
    - Prepare a construction estimate for the Work providing a
    detailed cost breakdown. A pretender Class ' ' estimate is
    required for all work including mechanical, electrical,
    furniture supply and relocation costs as well as costs
    associated with staff moves.
    - Provide assistance during the tendering of the project as
    required to address any contractor related questions.
    - Shop drawing reviews and approvals for the Architectural
    portion of the work, including providing advice and
    recommendations for alternative materials and equipment.
    Co-ordinate the review of M&E shop drawings as appropriate.
    - Provide advice and recommendations for change orders and the
    carryout cost estimates and review quotes for these during
    construction.
    - Provide weekly site reviews during construction to review
    progress and address site issues and concerns.
    - Support commissioning throughout the project delivery for all
    aspects of the construction.
    - Participate in bi-weekly team meetings with CRA and PWGSC
    staff during construction. (The General Contractor will be
    responsible for minutes of these meetings.)
    - Provide Final Inspection complete with follow up deficiency
    report(s) which include demonstrating the work for all trades is
    100% complete and that all deficiencies are rectified.
    - CAD files to reflect "built"conditions as described in the
    "Business with PWGSC"document.
    
    Typically, the design and construction stages will include,
    Construction Drawings / Specifications:
    - Coordination / meeting with client and PWGSC to obtain
    construction requirements including partition types, doors and
    hardware, security requirements and all other pertinent
    construction information.
    - Completion of Tender ready CAD drawings including the
    following:
    - Reflected ceiling plans
    - Construction floor plans, details & specifications
    - Demolition plans including asbestos remediation plans if
    necessary
    - Phasing Plans
    - Finish plans and specifications
    - Construction and millwork details
    - Coordination to obtain all clients'lighting, power, security
    and telecommunications
    requirements. Provide such requirements and architectural design
    CAD drawings to mechanical and electrical sub-consultants.
    - Meet with PWGSC / CRA to present 66% completed drawings for
    review.
    - Where base building is shown for information purposes on the
    same drawing, the work identified for this project shall be
    clearly identified with a heavier line weight and shall include
    notes which describe the Work with clarity.
    - Review M&E drawings to ensure compatibility with architectural
    drawings.
    - Coordinate with M& E sub-consultants for inclusion of the
    mechanical and electrical drawings into one package.
    - Meeting to present 99% drawings / specs for approval.
    - Complete and carryout minor adjustments.
    - Issue complete set of drawing in one package to PWGSC for
    approval sign-off.
    - Approvals from PWGSC / Client within (1) one week.
    - Assist in tendering by issuing clarifications or addendums as
    may be requested and approved.
    - Each drawing and specification sheet shall include the project
    number and EDRM numbers issued by PWGSC.
    
    Mechanical & Electrical
    
    The M&E Consultant shall work as a sub-consultant to the Prime
    Consultant and be accountable to the Prime Consultant for all
    specified deliverables. The sub-consultant work includes the
    design and coordination of modifications and new work necessary
    to meet user requirements. Drawings and Specifications are
    required for the modifications to HVAC; plumbing; sprinkler;
    lighting; power; telecommunications; security system; fire alarm.
    
    
    Deliverables and services necessary are:
    - Review tenant requirements and architectural plans to
    establish what M&E services are to be included in work.
    - Conduct field review of site and the base building M&E
    drawings to determine existing conditions.
    - Liaise with other designers to ensure coordination of M&E
    requirements with other trades.
    - Produce tender ready CAD plans and NMS specifications. Where
    base building is shown for information purposes on the same
    page, the work identified for this project shall be clearly
    identified with a heavier line weight and shall include notes
    which describe the Work with clarity.
    - Each drawing and specification sheet shall include the project
    number and EDRM numbers issued by PWGSC
    - Design review submittals are required at 66% and 99%.
    - Assist in the preparation of Class ' ' construction estimates
    for M&E systems with detailed cost breakdowns.
    - Signing and professional sealing of tender documents.
    - Provide tender assistance during the tendering of the
    Mechanical and Electrical work.
    - Shop Drawing reviews for M&E, including providing advice on
    alternative materials and equipment.
    - Provide advice for change orders during construction.
    - Provide weekly site reviews during construction to review
    progress and address site issues and concerns.
    - Complete final deficiency inspection / review with Prime
    Consultant and PWGSC with input to the follow-up deficiency
    report.
    - Update CAD files to reflect "built"conditions as described in
    the "Business with PWGSC"document.
    
    3.    Criteria for assessment of the Statement of Capabilities
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements stated
    above.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is not subject to the Trade Agreements.
    
    5.   Justification for the Pre-Identified Supplier
    
    This procurement is directly linked to previous work carried out
    by Trilogy Interior Design under a separate contract. Trilogy
    have worked since November of 2011 in combination with PWGSC and
    CRA staff to identify the most effective space consolidation for
    the CRA office at Ralston.
    
    At the time when the initial contract was established with
    Trilogy, the project scope had not been fully established.
    Initial expectations were that the original agreement would
    address all design requirements for this project. The scope has
    since expanded to include most of the 550 staff located at the
    building with design costs beyond limits established under the
    original contract.
    
    The cost for Trilogy Interior Design to complete this work will
    be considerably less than other consultant alternatives as
    Trilogy have spent the past year getting familiar with CRA's
    needs and restrictions in relations to staff moves. Any other
    consultant taking on the work at this time, would need to
    interview CRA staff and spend considerable effort to replicate
    the level of knowledge already attained by Trilogy. Such an
    effort would need to be reflected in the consultant's charges
    for delivering the project.
    
    6. Government Contracts Regulations Excemption(s)
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - only one
    person is capable of performing the work.
    
    7. Ownership of Intellectual Property
    
    Canada intends to retain ownership of any Foreground
    Intellectual Property arising from the performance of the Work
    under the proposed contract on the basis that the main purpose
    of the contract, or of the deliverables contracted for, is to
    generate knowledge and information for public dissemination.
    
    8. Period of the proposed contract or the delivery date(s)
    
    As time is of the essence with this project the design work
    shall be completed within 6 weeks of award.
    
    9 A cost estimate of the proposed contract
    
    The estimated value of the contract is $65,000.00 HST extra.
    
    10.     Name and Address of pre-identified supplier 
    
    Trilogy Interior Design Incorporated
    381 Halfway Lake Drive  
    Hammonds Plains, Nova Scotia  
    CANADA,  B4B 1M8
    
    11.    Submission of Statement of Capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described in the ACAN, may submit
    a statement of capabilities in writing to the Contracting
    Officer identified in this Notice on or before the closing date
    of this Notice. The statement of capabilities must clearly
    demonstrate how the supplier meets the advertised requirements.
    Statement of capabilities received after the mentioned delay
    will not be considered.
    
    Suppliers that have submitted a response will be notified in
    writing of Department's decision whether to continue with the
    aforementioned procurement or to complete the requirement.
    
    The Agency File Number, the Contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope or, in the case of a facsimile transmission, on the
    covering page.
    
    Responses received on or before the closing date will be
    considered solely for the purpose of deciding whether or not to
    conduct a competitive procurement. Information provided will be
    used by the Crown for technical evaluation purposes only and
    will not be construed as a proposal. Your written response must
    provide sufficient evidence that clearly demonstrates that your
    service is capable of fulfilling this requirement.
    
    12.    Closing Date and time for Submissions
    
    The closing date and time for accepting statements of
    capabilities is November 05, 2012 at 2:00 p.m. EST).
    
    13.    Inquiries and submission of statements of capabilities
    
    Susan Collier
    Supply Specialist | Spécialiste en approvisionnement
    Acquisitions  | Approvisionnements 
    Public Works and Government Services Canada | Travaux publics et
    Services gouvernementaux Canada
    1713 Bedford Row, Halifax, NS B3J 1T3 | 1713 Bedford Row 
    Halifax, (N.É.) B3J 1T3
    susan.collier@pwgsc-tpsgc.gc.ca
    Telephone | Téléphone 902-496-5350
    Facsimile | Télécopieur 902-496-5016
    Teletypewriter | Téléimprimeur 1-800-926-9105
    Government of Canada | Gouvernement du Canada
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    This PWGSC office provides procurement services to the Public in
    English.
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Collier, Susan
    Phone
    (902) 496-5350 ( )
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./
    Halifax, (N.É.), B3J 3C9

    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia

    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: