Fit-Up Guy Favreau Complex (CGF)

Solicitation number EF950-200489/A

Publication date

Closing date and time 2019/09/09 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / CFTA
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Fit-up the Guy-Favreau Complex (CGF) (EF950-200489/ A) 
    
    
    PROJECT DESCRIPTION
    The project involves the complete fit-up of levels 2, 3, 4, 5 and 7 and partial fit-up of level 8 of the West tower, as well as level 7’s passageway between the West and East towers of the Guy-Favreau Complex (CGF) to accommodate a Federal Minister’s offices. Works have to be carried out following Green Globes’s requirements in order to obtain a minimum of three “globes”, with certification.
    CGF is an existing building whose structural and architectural systems (columns, window mullions, suspended ceiling grids, etc.) are based on metric dimensions. Specific elements, such as the birck masonry and metallic slat ceilings are part of the heritage character of the building and must be preserved.
    Works include, but not limited to, the demolition of the majority of the existing architectural systems (ceilings, floor coverings, partitions, millwork, etc), selective demolition of electromechanical, material security elements and telecom elements and systems, the construction of new partitions, ceilings and floor finishes, the installation of electromechanical, material security systems adapted to the new work area’s layouts and the users’ needs, as well as various finishing works.
    As part of the projet, requirements from the building manager ,Brookfield Global Integrated Solutions (BGIS), govern access to the building and to specific parties (eg, daily checks before each shift, access approvals), use of loading and delivery docks, health and safety regulations (eg conformity of exits, evacuation, hazardous materials, etc.) as well as permitted work (eg, period, nature, equipment required, waste management, etc.). The contractor and his staff must comply with these requirements. In order to meet these requirements, some works will have to carried out during the evening and weekends.
    Works by BGIS such as maintenance, rehabilitations, repairs or refurbishments will occur during construction, in close proximity of the work areas. A continuous coordination with BGIS is required. 
    
    There is a site visit scheduled for this project.
    There will be an optional site visit (but highly recommended) on Wednesday August 14th, 2019 at 10:00 (local). Bidders must proceed to the security Guard station on the ground floor of Complexe Guy Favreau (along boul. René-Levesque).
    
    
    MANDATORY CRITERIA AT CLOSING DATE
    - The Bidder shall enclose bid security with its bid.
    
    - SECURITY Requirements:
    This document contains security requirements. 
    The Contractor/Offeror must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS) and a "Document Safeguarding Capability (DSC)".  Also, the employees of interested entrepreneurs and their subcontractors must hold a Reliability security status, issued by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).
    
    Therefore, it is mandatory that interested entrepreneurs hold a corporate reliability status called "Designated Organization Screening (DOS)" and a "Document Safeguarding Capability (DSC)" and this at bid submission.
    
    It is to be noted that any subcontractor (particularly for areas related to access control systems (doors) and CCTV systems (cameras)) required to perform any part of the work during the performance of the subsequent contract must also adhere to the mandatory security requirement of the contract. As well, no personnel without the required level of security will be allowed on site. It will be the responsibility of the successful bidder to ensure that the security requirement is met throughout the performance of the contract. The Crown will not be held liable or accountable for any delays or additional costs associated with the contractor’s non-compliance to the mandatory security requirement. Failure to comply with the mandatory security requirement will be grounds for being declared in default of contract.
    
    For more information on personnel and organization security screening or security clauses, Offerors should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/index-eng.html) website.
     
    
    Failure to provide a proof within the time frame provided, or failure to cooperate to the verification process will result in the bid being declared non-responsive.
    
    https://gts-ee.webex.com/gts-ee/lsr.php?RCID=8b138c86c8c04bf59dd752c404d6d153
    
    
    ACCES TO PROTECTED "B" PLANS AND SPECS
    A portion of the plans and specifications is classified as PROTECTED "B" and may not be published with the solicitation documents. Contractors interested in bidding for the project as well as subcontractors (specifically for the access control systems (doors) and CCTV systems (cameras)) will be able to consult the paper versions of these protected plans and specifications during the bidding period. These documents cannot be removed from our premises at any time. Also, they are not be copied or photographed. 
    
    Therefore employees of interested entrepreneurs and their subcontractors (areas related to access control systems (doors) and CCTV systems (cameras)) must hold a Reliability security status to access the plans and specifications relating to the sections mentioned above during the bidding period. 
    
    The tender documents may be consulted at the following location: 800 de la Gauchetière West, Suite 7300, Montréal, Québec H5A 1L6. 
    
    A complete set of PROTECTED documents will be identified for each interested firm. 
    
    Contractors and subcontractors shall make an appointment by contacting the contractual agent at: 
    
    Mr. Camille Ghali
    Telephone: 514-607-2190
    E-mail: Camille.Ghali@tpsgc-pwgsc.gc.ca
    
    The following information must be provided for audit in order to get an appointment: 
    Full name 
    Date of Birth 
    Name of the firm
    
    
    MANDATORY CRITERIA PRIOR TO 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 time frame provided, or failure to cooperate to the verification process will result in the bid being declared non-responsive.
    
    The Contractor must, at the Contractor's expense, obtain and maintain insurance contracts in accordance with the requirements of the Certificate of Insurance. 
    
    
    PERIOD OF WORK
    The Contractor must perform and complete the Work within 97 weeks from the date of notification of acceptance of the offer as follows:
    
    The project is to be carried out in three successive phases.
    Phase 1 : 32 weeks (until Substantial Performance of the Work) + 6-weeks moving period for users (by PWGSC)
    Phase 2 : 29 weeks (until Substantial Performance of the Work) + 6-weeks moving period for users (by PWGSC)
    Phase 3 : 24 weeks (until Substantial Performance of the Work)
    
    
    All Work executed in spaces that have undergone Substantial Performance must be done outside of normal office hours. Security guarding (by Canadian Corps of Commissionaires) will be required to accompany the workers in areas having undergone Substantial Performance. Costs for this are the general contractor’s responsibility. Provide for a minimum of 4 security guards: one at building entrance, two at elevators, one at floor where work is to be done. Provide for extra security guards when work is to be done on more than one floor. Moving of users is not included in the scope of Work of the Contract.
    
    
    INQUIRIES
    All enquiries regarding this tender, are to be submitted in writing to the Contractual Authority at Camille.Ghali@pwgsc-tpsgc.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:
    
    Public Works and Government Services Canada, Place Bonaventure, South-West Portal, 800 de La Gauchetière Street West, Suite 7300, Montreal, Quebec  H5A 1L6.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be 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

    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    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
    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
    006
    English
    3
    006
    French
    12
    005
    English
    4
    005
    French
    15
    004
    English
    4
    004
    French
    13
    003
    English
    3
    003
    French
    12
    002
    English
    6
    English
    24
    French
    24
    002
    French
    19
    001
    English
    17
    001
    French
    35
    English
    53
    French
    53
    English
    83
    000
    English
    48
    000
    French
    67
    French
    83

    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

    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: