Meeting Room Furniture

Solicitation number EP756-141497/A

Publication date

Closing date and time 2014/08/29 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    Tendering Procedures: If 3+ bids offer Canadian goods/services
    other bids will not be considered
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Meeting Room Furniture
    
    EP756-141497/A
    Martin, Cory D.
    Telephone No. - (613) 990-3941 (    )
    Fax No. - (613) 990-4447
    Email - cory.martin@tpsgc-pwgsc.gc.ca
    
    
    Project Description
    
    The Wellington Building is being fully renovated and
    rehabilitated to be transformed from an administrative office
    space into parliamentary accommodations. As part of projects
    undertaken in the context of the Long Term Vision and Plan
    (LTVP) to modernize Parliamentary infrastructure and
    accommodations, Public Works and Government Services Canada
    (PWGSC) has an agreement with its LTVP partners to acquire
    special purpose building components for all new facilitiessuch
    as commercial and purpose-built furniture, seating, tables, and
    other furnishings. Rehabilitation and modernization of
    infrastructure for parliamentarians is a key LTVP objective. To
    deliver this project requirement, PWGSC will tender all
    furniture related componentson behalf of the House of Commons
    (HoC).
    
    
    Required Services
    
    PWGSC requires the services of a Contractor to supply, deliver
    and install furniture for 10 Meeting Rooms.
    
    
    Schedule
    
    There are 977 pieces of furniture to be delivered and installed.
     It is the intent to install items floor by floor on the 3rd and
    4th floors. Approximate installation time frame is July 2015 to
    December 2015. Final schedule to be confirmed by the Project
    Authority four months prior to delivery.
    
    
    Security Requirement
    
    There is a security requirement associated with this
    requirement. For additional information, consult Part 6 -
    Security, Financial and Other Requirements, and Part 7 -
    Resulting Contract Clauses. Bidders should consult the "Security
    Requirements for PWGSC Bid Solicitations - Instructions for
    Bidders"
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents
    website.
    
    
    Integrity Provisions - Associated Information
    
    Bidders must provide a list of names, or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2003.
    
    
    Canadian Content
    
    The requirement is subject to a preference for Canadian goods
    and/or services.
    
    
    Procurement Strategy for Aboriginal Business
    
    This procurement is set aside under the federal government's
    Procurement Strategy for Aboriginal Business.
    
    This procurement is set aside from the international trade
    agreements under the provision each has for set asides for small
    and minority businesses.
    
    Further to Article 1802 of the Agreement on Internal Trade
    (AIT), AIT does not apply to this procurement.
    
    
    Federal Contractors Program for Employment Equity
    
    There is a Federal Contractors Program (FCP) for employment
    equity requirement associated with this procurement; see Part 5
    - Certifications, Part 7 - Resulting Contract Clauses and the
    annex named Federal Contractors Program for Employment Equity -
    Certification.
    
    
    Bidders' Conference
    
    A bidders' conference will be held at 235 Queen Street - C.D.
    Howe Building, Ottawa, Ontario on Tuesday, July 8, 2014. The
    conference will begin at 1:00 p.m. The scope of the requirement
    outlined in the bid solicitation will be reviewed during the
    conference and questions will be answered. It is recommended
    that bidders who intend to submit a bid attend or send a
    representative.
    Bidders must communicate with the Contracting Authority before
    the conference to confirm attendance. Bidders must provide, in
    writing, to the Contracting Authority, the names of the
    person(s) who will be attending and a list of issues they wish
    to table at least three (3) working days before the scheduled
    conference.
    
    
    Basis of Selection: Highest Combined Rating of Technical Merit
    and Price
    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

    • Set-Aside Program for Aboriginal Business (SPAB)
    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
    Martin, Cory D.
    Phone
    (613) 990-3941 ( )
    Fax
    (613) 990-4447
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    French
    6
    French
    0
    French
    1
    French
    5
    French
    7
    005
    French
    0
    English
    9
    005
    English
    19
    English
    7
    English
    5
    English
    11
    English
    6
    004
    French
    0
    004
    English
    25
    French
    3
    French
    7
    French
    8
    French
    4
    French
    5
    French
    2
    French
    8
    French
    5
    French
    5
    French
    2
    003
    French
    1
    003
    English
    27
    English
    12
    English
    5
    English
    12
    English
    11
    English
    8
    English
    10
    English
    12
    English
    13
    English
    7
    English
    8
    French
    3
    French
    5
    French
    14
    French
    20
    French
    15
    001
    French
    3
    000
    French
    6
    French
    3
    French
    5
    French
    13
    French
    3
    French
    6
    002
    French
    2
    000
    English
    74
    002
    English
    34
    English
    14
    English
    25
    English
    13
    English
    25
    English
    19
    001
    English
    24
    English
    19
    English
    15
    English
    20
    English
    16
    English
    26

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.