Civil Engineering Set-Aside Inuit and Cree

Solicitation number EF997-141698/A

Publication date

Closing date and time 2014/02/05 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    LAND CLAIMS SET-ASIDE
    
    Public Works and Government Services Canada (PWGSC) calls upon
    firms or a joint venture of 	engineering consultants of to
    provide professional and technical services for projects in Cree
    and Inuit territories. 
    	
    This procurement initiative is reserved for beneficiaries of the
    following Comprehensive 		Land Claims Agreement (CLCA) titled
    the James Bay and Northern Quebec Agreement (JBNQA) as defined
    in chapter 28, clauses 28.10.3 and chapter 29, 	clauses 29.0.31
    of this Agreement.
    
    This request for standing offer is excluded from international
    trade agreements under the 		provisions each agreement has set
    for small and minority businesses.
    
    Further to Article 1802 of the Agreement on Internal Trade
    (AIT), the AIT does not apply 	to this procurement. process.
    
    Generally, the areas targeted by the projects in this standing
    offer include:
    	
    	Airport Engineering 
    	- Taxiway, apron and runway 
    	- Visual aids to air navigation 
    	-  Air zoning  
    
    	Road Construction 
    	- roads 
    	- signaling and floor marking 
    	- development of roadside 
    	- parking 
    
    	Municipal Engineering 
    	- Water and Sewer 
    	- Storm drainage 
    	- Wastewater treatment 
    	- Drinking water treatment 
    
    	Other specialties 
    	If necessary the consulting engineer will enlist the services
    of a firm that specializes in 		one or 	several following areas:
    	- Laboratory services, geotechnical, materials laboratory 
    	- Auditor approved equipment for petroleum products
    
    Communication with the firms will be in their preferred official
    language. 
    
    
    IDENTIFICATION OF THE REQUEST
    This combined Standing Offer will follow a single phase process
    of proposal submissions, from which two lists will be
    established in accordance with the following zones:
    
    Zone 1 including without restriction Eastmain, Waskaganish,
    Wemindji, province of Quebec, is reserved  those individuals
    defined as "Cree", as defined in chapter 3 of the
    JBNQA(paragraphes. 3.1.1, 3.2.1, 3.2.2 and 3.2.3). In respect to
    aboriginal Cree businesses, they must be located south of the
    55th parallel or, for the Cree communites concerned, south of
    the 55.5th parallel, as described in chapter 5 of the JBNQA.
    Proponents must sign and complete the document entitled
    "Attestation for Program of Reserved Contracts for Aboriginal
    people".
    
    Zone 2 including, without restriction Kuujjuaq area., Quebec, is
    reserved  for individuals defined as "Inuit", as defined in
    chapter 3 of the JBNQA ( paragraphes 3.1.2, 3.2.4, 3.2.5 and
    3.2.6). In respect to aboriginal Inuit businesse, they must be
    located to the north of the 55th parallel, as described in
    chapter 6 of the JBNQA. Proponents must sign and complete the
    document entitled "Attestation for Program of Reserved Contracts
    for Aboriginal people").
    
    PWGSC intends to authorize a maximum of four (4) standing
    offers, two (2) for Zone 1 and two (2) for Zone 2,  for a
    duration of two (2) years from the date they are issued with the
    option to extend the period of the Standing Offer by one (1)
    year period.
     
    COSTS
    The total dollar value for all the standing offers is estimated
    at: 
    
    		$1,500,000 (taxes included) for Zone 1; 
    		$1,500,000 (taxes included) for Zone 2. 
    
    The various call-ups may total a maximum of $350,000 each (taxes
    included).
    
    Proponents should note that there is no guarantee that the full
    or any amount of the standing offers will be called up; PWGSC
    shall issue call-ups only when the specific services to be
    provided under the standing offers are needed.
    
    QUALIFICATIONS
    The proponents must be certified or eligible for certification
    to conduct business in Province of Quebec and must demonstrate
    that over the past fiveyears they were involved in a range of
    design and construction projects requiring a full scope of
    services.
    
    WORK DISTRIBUTION
    
    For Zone 1 (Cree) -	60% of the work given to the consultant (the
    proponent) ranked first; 40% for the consultant (the proponent)
    ranked second.						
    
    For Zone 2 (Inuit) -  60% of the work given to the consultant
    (the proponent) ranked first; 40% for the consultant (the
    proponent) ranked second.
    
    INQUIRIES
    For technical inquiries and inquiries relating to the contract,
    please contact Geneviève Arcand, Supply Specialist, by fax at
    514-496-3822, by telephone at 514-496-3873 or by e-mail at
    genevieve.arcand@tpsgc-pwgsc.gc.ca.
    
    BID SOLICITATIONS DISTRIBUTION
    Canada will make available Notices of Proposed Procurement
    (NPP), bid solicitations and related documents for download
    through the Government Electronic Tendering Service (GETS).
    https://buyandsell.gc.ca/procurement-data/tenders
    Canada is not responsible and will not assume any liabilities
    whatsoever for the information found on websites of third
    parties. In the event an NPP, bid solicitation or related
    documentation would be amended, Canada will not be sending
    notifications. Canada will post all amendments using GETS. It is
    the sole responsibility of the Bidder to regularly consult GETS
    for the most up-to-date information. Canada will not be liable
    for any oversight on the Bidder's part nor for notification
    services offered by a third party.. 
    
    The Crown retains the right to negotiate with suppliers on any
    procurement. Proposals may be submitted in either official
    language of Canada.
    
    This PWGSC office provides procurement services to the public in
    both official languages.
    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
    Arcand, Geneviève
    Phone
    (514) 496-3873 ( ) )
    Fax
    (514) 496-3822
    Address
    Place Bonaventure, portail Sud-Est
    800, rue de La Gauchetière Ouest
    7 ième étage
    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.

    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
    Quebec (except 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: