SO Airoport engineering - CLCA included

Solicitation number EF997-183032/A

Publication date

Closing date and time 2018/04/24 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    REQUEST FOR STANDING OFFERS FOR Airport Engineering - QUEBEC REGION
    
    Location: Various Locations across the Province of Quebec including the regions subject to the Comprehensive Land Claims Agreements (CLCA) entitled the Convention of the James Bay and Northern Quebec Agreement (JBNQA) - Inuit and Cree portion
    
    Zone 1: Across Quebec excluding zones 2 & 3 (excluding the NCR)
    
    Zone 2: INUIT Zone
    
    Zone 3: CREE Zone
    
    DESCRIPTION OF THE REQUIREMENT:
    Public Works and Government Services Canada (PWGSC) is inviting firms with the knowledge and experience in Airport Engineering to submit proposals for Regional Individual Standing Offers (RISO). The selected consultants shall provide a range of services as identified in the Description of Services section of the Request for Standing Offer document, across the region of Quebec (excluding the NCR).
    Proponents shall be licensed or eligible to be licensed to practise in the province of Quebec. Firms should be able to demonstrate successful delivery of these services for a broad variety of projects over the last five (5) years. In general, the firm and its personnel will be evaluated on the basis of their demonstrated understanding of the Comprehension of the Scope of Services, Team Approach / Management of Services, Proponents Past Experience on Projects, Sub Consultants Past Experience on Projects, Proponents Senior and Project Personnel Expertise and Experience.
    
    It is PWGSC's intention to authorize up to two (02) Regional Individual Standing Offers, each for a period of two (2) years from the date of issuing the Standing Offers as well as up to two (2) Standing Offer for each of the Inuit and for the CREE zones.  
    Optionally, thereafter, Canada reserves the right to exercise 2 options of one year each.
     The consultants must be will willing to provide their service all over the Province of Quebec.
    PWGSC reserves the right to determine the number of SO to issue in order to effectively meet the needs in all regions.
    The total dollar value of all Standing Offers is estimated to be $4,000,000.00 (Applicable Taxes included) per year. 
    
    - $2 000 000 for across Quebec province excluding the zone 2 and 3 (excluding the NCR)
    - $1 000 000 for Zone 2 INUITS and
    - $1 000 000 for Zone 3 CREE
    
    Individual call-ups will vary, up to a maximum of $750,000.00 (Applicable 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 will award call-ups only when the specific services to be provided under the Standing Offer are needed.
    
    SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS (APPLICABLE ONLY TO A
    PORTION OF THE RFSO UNDER CLCA):
    
    A portion of this procurement has been set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB).  In order to be considered, firms must certify that they qualify as an Aboriginal business as defined in the PSAB and that they will comply with all requirements of the PSAB.
    
    Where a Supplier wishes its offer to be considered for set aside for Aboriginal business, Suppliers must complete and sign the certification entitled "Owner/Employee Certification Set-aside for Aboriginal Business" attached as Appendix «D».
    
    By executing the certification, the Supplier warrants that it is an Aboriginal business as defined in the Procurement Strategy for Aboriginal Business (PSAB).
    
    MANDATORY CRITERIA PRIORTO CONTRACT AWARD
    
    - INTEGRITY PROVISIONS:
    Bidders must provide with their bid or promptly thereafter a complete list of names of all individuals who are currently directors of the Bidder. If the required names have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to provide the names within the time-frame specified will render the bid non-responsive.
    
    Canada may, at any time, request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form- PWGSC-TPSGC 229) for any or all individuals mentioned above within a specified time frame. Failure to provide such Consent Forms within the timeframe provided, or failure to cooperate to the verification process will result in the bid being declared non-responsive.
    
    INQUIRIES
    All enquiries regarding this tender, are to be submitted in writing to the Contractual Authority: Camille Ghali, Supply Specialist at camille.ghali@tpsgc-pwgsc.gc.ca.
    
    Telephone No. - (514) 607-2190
    Fax No. - (514) 496-3822
    
    TENDER DOCUMENTS
    
    Firms intending to submit tenders on this project should obtain tender documents through the https://buyandsell.gc.ca/procurement-data/tenders site. Drawings and specifications are now available for viewing and downloading in PDF format.  Bidders should take note that attachment contains the full set of drawings and specifications, which consist of PDF files organized in an industry-standard directory structure. Addenda, when issued, will be available from the same site. Firms that elect to base their bids on tender documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid.
    
    BID RECEIVING
    Sealed tenders will be received in English or French at the address mentioned below:
    
    In person or by mail:
    Place Bonaventure, portail Sud-Ouest
    800, de La Gauchetière Ouest
    7th floor, suite 7300
    Montréal
    Québec
    H5A 1L6
    
    Bidders must indicate for which zone their bid is being submitted and if a bidder wishes to submit a bid for more than one zone, then this must be indicated separately for each specific zone.
    
    *****  Bids sent by fax will not be accepted *****
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    Documents maybe submitted in either official language of Canada
    Standard terms and conditions are incorporated by reference in the tender documents and contract documents, and form an integral part.
    
    LANGUAGES
    This PWGSC office provides acquisition services to the public in both official languages.
    Ce bureau de TPSGC fournit des services d'achat au public dans les deux langues officielles.
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Ghali, Camille
    Phone
    (514) 607-2190 ( )
    Email
    camille.ghali@tpsgc-pwgsc.gc.ca
    Fax
    (514) 496-3822
    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
    001
    English
    6
    001
    French
    12
    000
    English
    37
    000
    French
    34

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price