Commissioning Consultant

Solicitation number EP938-230112/A

Publication date

Closing date and time 2022/09/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canada-EU Comprehensive Economic and Trade Agreement (CETA)/FTA with UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    IMPORTANT NOTICE:
    
    
    Amendment n. 003 is raised to extend the closing date of the Tender Notice - Notice of Proposed Procurement (NPP) from "Friday September 16, 2022 at 14:00 EDT" to "Friday September 23, 2022 at 14:00 EDT".
    
    
    Amendment n. 002 was issued to correct the Solicitation No. in the published documents from EP750-230112/A to EP938-230112/A. For more information, please see the attached amendment document.
    
    
    Amendment n. 001 was raised to change the RFP’s closing date, insert clause 3 to SI6 CERTIFICATIONS and modify SRE 3 TECHNICAL REQUIREMENTS AND EVALUATION in the RFP.
    
    
    PROGRAM DESCRIPTION
    The Science and Parliamentary Infrastructure Branch (SPIB) of Public Works and Government Services Canada (PWGSC), commonly known as Public Services and Procurement Canada (PSPC), requires a Commissioning (Cx) Consultant to provide Existing Building Commissioning (EBCx) services and project management support services for new construction in response to the programs and initiatives related to the Long-Term Vision and Plan (LTVP), Universal Accessibility (UA),  the recapitalization programs, as well as the Greening Government Strategy.
    
    Existing Building Commissioning (EBCx) Projects in response to the programs identified above will include but not limited to the following objectives:  
    a) Identify operational and maintenance enhancements that result in improvements in energy efficiency, occupant comfort, or indoor air quality.
    b) Increase equipment performance and life expectancy based on recommendations made from a health condition assessment.
    c) Document baseline operating conditions through trending of performance measurements.
    d) Establish Carbon Footprint before and after implementation of Energy Conservation Measures (ECM). 
    e) Optimize control systems through calibration of critical sensors, review metered data and trend logs, and perform functional equipment testing.
    f) Identify O&M staff training needs.
    g) Enhance documentation of the O&M requirements for the equipment and systems included.
    
    New Construction Building Commissioning (NBCx) Projects in response to the programs identified above will include but not limited to the following objectives:
    a) Document the design and operation intent of the overall project and the proposed building systems and components and to verify and demonstrate that all functional and operational requirements have been correctly interpreted in the design solution. 
    b) Minimize O&M costs through the careful selection of design solutions (for economy, reliability, durability, accessibility, maintainability, etc.), construction materials, installation practices and performance Verification procedures. 
    c) Verify that selected design solutions and the resultant-built works protect the safety, health, welfare and comfort of occupants and O&M personnel.
    d) Define responsibility areas for meeting these operational requirements in the new construction contract documents and include a process to demonstrate compliance. 
    e) Demonstrate that the client’s and the department's requirements are met during the project implementation and Cx phases of the project and to support quality management of construction and installation through Verification of building components, systems, and environments. 
    f) Verify and demonstrate that all systems operate consistently at peak efficiencies, under all normal load conditions, and within the specified energy budget. 
    g) Provide comprehensive documentation of the operational, maintenance and building management. 
    h) Implement a comprehensive training program. 
    i) Transfer the completed works to qualified and trained facility operators.
    
    CPC CONNECT
    This RFP allows and encourages Proponents to use the CPC Connect service provided by Canada Post Corporation to transmit their proposal electronically. Proponents must refer to GI16, Submission of proposal for further information. Due to the nature of the bid solicitation, transmission of proposals by facsimile is not recommended for administrative reasons but offered to Proponents to provide an alternative opportunity in case of incompatibility or inability to transmit by CPC Connect service.
    
    Proposals must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified below by the date and time indicated on page 1 of the bid solicitation: 
    
    The only acceptable email address to use with CPC Connect for responses to this bid solicitation is: 
    
    tpsgc.pareceptiondessoumissions-apbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca
    
    Note: Proposals will not be accepted if emailed directly to this email address. This email address is to be used to open an CPC Connect conversation, as detailed in General Instructions, or to send proposals through an CPC Connect message if the proponent is using its own licensing agreement for CPC Connect.
    
    Facsimile number: (819) 997-9776
    Hard copy (submitted in person or via mail/courier) proposals will not be accepted as part of this solicitation.
    
    THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT
    1. Application For Registration (AFR) form for Canadian legal entities or Initial International Security Screening (IISS) form for foreign suppliers. 
    
    All Proponents must provide a duly completed AFR or IISS form, as applicable, with their proposal. Failure to comply with this requirement may result in the proposal being declared non-compliant. The AFR (Appendix H) and IISS (Appendix I) forms and instructions are included in Appendices attached to this bid solicitation.
    
    2. Before award of a contract, the following conditions must be met:
    
    (a) the Proponent must hold a valid organization security clearance as indicated in Supplementary Conditions SC1;
    
    (b) the Proponent's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Supplementary Conditions SC1;
    
    (c) the Proponent must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites.;
    
    3. Proponents are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful Proponent to obtain the required clearance will be at the entire discretion of the Contracting Authority. 
    
    4. For additional information on security requirements, proponents should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    BID DOCUMENTS:
    Firms intending to submit bids on this project should obtain bid documents through the Government Electronic Tendering Service at http://Buyandsell.gc.ca/tenders.
    Amendments, when issued, will be available from the same government electronic tendering service.
    Firms that elect to base their bids on bid documents obtained from other sources do so at their own risk and will be solely responsible to inform the bid calling authority of their intention to bid.
    
    DEBRIEFING
    Should a Proponent desire a debriefing, the Proponent should contact the person identified on the front page of the RFP within 15 working days of the notification of the results of the solicitation. The debriefing will include an outline of the strengths and weaknesses of the submission, referring to the evaluation criteria. The confidentiality of information relating to other submissions will be protected. The debriefing may be provided in writing, by telephone or in person.
    All inquiries must be sent in writing to the Contracting Authority.
    
    CONTRACTING AUTHORITY
    Keshav V Sobnath
    Public Works and Government Services Canada
    Keshav.Sobnath@tpsgc-pwgsc.gc.ca
    
    Proposals may be submitted in either official language of Canada.
    Delivery Date: 
    
    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.

    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
    Sobnath, Keshav
    Phone
    (343) 576-2756 ( )
    Email
    keshav.sobnath@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    222 Queen Street / 222, rue Queen
    Ottawa, Ontario, K1A 0S5

    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    003 FR 1 2022/09/16
    003 EN 12 2022/09/16
    002 FR 3 2022/09/15
    002 EN 5 2022/09/15
    001 FR 4 2022/08/26
    001 EN 5 2022/08/26
    000 FR 13 2022/08/10
    FR 67 2022/08/10
    000 EN 10 2022/08/10
    EN 12 2022/08/10
    Access the Getting started page for details on how to bid, and more.

    Summary information

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