Aboriginal development at Archambault Institution

Solicitation number EF236-222296/A

Publication date

Closing date and time 2022/05/31 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    PRELIMINARY PROJECT NOTICE
    
    Aboriginal development at Archambault Institution
    Sainte-Anne-Des-Plaines, Quebec
    
    *** This notice does not constitute an invitation to tender or a commitment regarding future procurements or contracts. Bidders must respect the conditions described in the invitation to tender when it is published. ***
    
    1. PURPOSE OF NOTICE
    
    Inform the construction industry that a project for Aboriginal development at the Archambault Institution (Sainte-Anne-Des-Plaines, Quebec), will be posted shortly on the Buying and Selling platform. This notice outlines the various specifications to be considered by the contractors.  
    
    This project is conditionally reserved for Aboriginal contractors under the Procurement Strategy for Aboriginal Business (PSAB). Both Aboriginal and non-Aboriginal contractors will be invited to submit bids. For more information, please see the following sections.
    
    2. SUMMARY OF WORK
    
    The objective of the project is to provide facilities for Aboriginal groups at the Archambault-Medium Institution, located in Sainte-Anne-des-Plaines, QC. These facilities are intended to support the programs of the Centre of intervention for Aboriginals of the institution and to provide an environment conducive to the practice of traditional and Aboriginal cultural customs.
    
    The work includes two phases of intervention.
     
    a. The first phase involves the development of an outdoor site that will be re-qualified as sacred ground. The project includes the construction of a longhouse and a Shaputuan, the landscaping of the site and the identification of suitable locations for the construction, by the inmates, of traditional buildings using ancestral method.
    
    The developments will allow the organization of daily activities, occasional ceremonies and possible receptions of the communities and families. Although sensitive to traditional representations, the Shaputuan and the longhouse will above all be functional and durable constructions.
    
    - Longhouse
    The longhouse will be primarily intended for ceremonial purposes and for receiving visitors from outside (community and family). It is a vast space that can accommodate up to 100 people on bleachers facing two wood stoves.
    
    - Shaputuan
    The Shaputuan is more private and is intended exclusively for inmates and more specifically for those in the Pathway program. Smaller in size, its open area allows for the reception of about twenty people around a wood stove. 
    An open-plan kitchen with a large preparation table allows inmates to prepare their own meals, as well as those for everyone else during ceremonies and receptions for visitors. 
    
    In both buildings, wood battens similar to the exterior cladding will be located in the ceiling of the building. In addition to providing an appearance of continuity between the interior and exterior materials, these slats will allow acoustic material to be concealed behind widened joints. All walls in the central space will be covered with wood panels. In addition, the bleachers will also be made of wood, including a floor strip for seating. 
    
    Finally, the internal structure will also be made of wood. The finishes of all these elements will be harmonized to ensure a minimal and natural appearance. The floor covering will be made with a polished concrete screed. This finish provides added strength and allows for minimal maintenance.
    
    b. The second phase involves modifying the existing ventilation system to allow for efficient smoke evacuation during smudging. A specific wing of cells has been identified, as well as some annex rooms.
    
    3. PARTICULARITIES CONCERNING ACCESS TO THE INSTITUTION
    
    Since the work will be conducted in a prison facility, the contractor will be required to provide the warden with a list of names with dates of birth for all employees scheduled to work on the construction site. A completed security check form may be required for each employee. No employee shall be admitted to the Facility without a properly approved security clearance and a current photo identification card, such as a provincial driver’s licence. Access to the Facility’s property is prohibited to any person who is reasonably believed to be a security risk.
    
    Considering the current context of the pandemic, workers will be asked to provide proof of a valid vaccination in hard copy in order to have access to the establishment.
    
    4. PERIOD OF WORK
    
    The work will be carried out over a period of thirteen (13) months.
     
    5. EVALUATION PROCEDURES (CONDITIONAL SET-ASIDE)
    
    5.1 Conditional set-aside (Procurement Strategy for Aboriginal Business)
    
    The tender will be set-aside under the Government of Canada’s Procurement Strategy for Aboriginal Business (PSAB) if two or more bids have been received from businesses that have provided a PSAB certification and that are listed as Aboriginal Businesses in Aboriginal Business Directory (http://www.ic.gc.ca/eic/site/ccc_bt-rec_ec.nsf/eng/h_00011.html).  A business that is not already listed in the Aboriginal Business Directory may become listed, if it meets the PSAB criteria, by using the link provided above. 
    
    If bids from two or more Aboriginal Businesses are compliant with the terms of the Request for Proposal, the Contracting Authority will limit the competition to those Aboriginal businesses and will not consider bids from any non-Aboriginal Businesses that may have been submitted.  If the bids from the Aboriginal Businesses are found to be non-responsive or are withdrawn, and less than two responsive bids with a valid PSAB certification remain, all bids will be evaluated.
    
    
    5.2 Evaluation Procedures
    
    The evaluation team will determine first if there are two or more bids with a valid PSAB certification. In that event, the evaluation process will be limited to the bids with the certification; otherwise, all bids will be evaluated. If some of the bids with a valid certification are declared non-responsive, or are withdrawn, and less than two responsive bids with a valid certification remain, then all bids received will be evaluated. 
    
    6. REGISTER IN THE SUPPLIER REGISTRATION INFORMATION SYSTEM (SRI)
    
    You need to register in Registration Information system to obtain your Procurement Business Number (PBN) which is a mandatory requirement to do business with the federal government.
    
    Go to the SRI website and start your registration.
    https://srisupplier.contractscanada.gc.ca/
    
    7. REGISTER IN THE INDIGENOUS BUSINESS DIRECTORY
    
    To compete for federal government contracts that are restricted in competition to Indigenous businesses, such as a set-aside under the Procurement Strategy for Indigenous Business (PSIB), a business must meet the following eligibility criteria:
    
    - Sole proprietorship, limited company, cooperative, partnership or not-for-profit organization in which Indigenous peoples own and control at least 51% of the enterprise
    
    - For joint ventures eligible Indigenous businesses can partner with non-Indigenous businesses. The Indigenous business needs to demonstrate that 33% of the value of the work performed under the contract will be performed by the Indigenous business
    Register in the Indigenous Business Directory.
    https://services.aadnc-aandc.gc.ca/IndigenousBusinessDirectory
    
    8. UPCOMING INVITATION TO TENDER
    The bid documents, including plan and specifications will be available for download at https://buyandsell.gc.ca/.
    
    9. COMMENTS
    Contractor who have comments to make regarding this notice may send them by email to : Annabelle.Cloutier@tpsgc-pwgsc.gc.ca..
    Publics Works and Government Services Canada will review, but not be bound by, all comments received.
    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

    • 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
    Cloutier, Annabelle
    Phone
    (418) 654-6227 ( )
    Email
    annabelle.cloutier@tpsgc-pwgsc.gc.ca
    Address
    Place Bonaventure, portail Sud-Oues
    800, rue de La Gauchetière Ouest
    7e étage, suite 7300
    Montréal, Québec, H5A 1L6

    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
    000
    French
    19
    000
    English
    43

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: