Interconnected Panels

Solicitation number EP803-183135/A

Publication date

Closing date and time 2018/07/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Solicitation No.:           EP803-183135/A
    Contracting Authority:      Mahade Abdillahi
    Telephone No.:              613-990-3137
    E-mail Address:             mahade.abdillahi@tpsgc-pwgsc.gc.ca
    
    
    DESCRIPTION OF REQUIREMENT:
     
    Public Services and Procurement Canada (PSPC) intends to seek multiple Offerors to supply, deliver and install of Interconnected Panels for the Parliamentary Precinct buildings and facilities as part of the Long Term Vision and Plan (LTVP) to modernize Parliamentary accommodations. This requirement is part of a series of furniture and equipment procurement processes to be published within the next few months.
    
    PWGSC Parliamentary Precinct Branch is the client.
    
    BACKGROUND: 
    
    PSPC is responsible for the rehabilitation of Parliamentary Precinct facilities in the National Capital Area which accommodate the House of Commons, Senate and Library of Parliament members and administrative personnel.  
    
    Currently, requirements for commercial and household goods for each fit-up or renovation project are procured independently. In most cases, the requirement for each project is for similar items. 
    
    There is a need for a long-term solution where the procurement is expeditious (through call-up) and delivery lead times are aligned with project schedules.
    
    
    METHOD OF SUPPLY: 
    
    The requirement will be fulfilled through a Request for Standing Offer that will cover two procurement streams:
    
    1. Procurement Strategy for Aboriginal Business (PSAB) for Aboriginal suppliers wishing to submit an offer;
    2. General Offerors for any Supplier and Aboriginal Suppliers wishing to submit an offer not pursuant to the PSAB.
    
    It is anticipated that there will be one (1) Standing Offer issued per stream as a result of this process.
    
    The solicitation documents will be tendered on GETS (BuyandSell.gc.ca) for the minimum posting period for electronic competitive authority.
    
    
    TRADE AGREEMENT: 
    
    1. Under the PSAB stream:
    This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, see Annex 9.4 of the Supply Manual.
    
    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 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.
    
    The requirement is not subject to the Comprehensive Land Claims Agreements.
    
    2. For the General stream, the requirement is subject to the provisions of:
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization-Agreement on Government Procurement (WTO-AGP)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Comprehensive Economic and Trade Agreement (CETA)
    
    
    DURATION OF CONTRACT and ESTIMATED COST:
    
    The contract period and estimated business volume for this requirement with Goods and Services Tax or Harmonized Sales Tax included is as follow:  
    
    Interconnected Panels - $2M/per year or total of $10M (1 year plus 4 year options)
    
    The delivery and installation will be determined at call-up award, however, there is a current requirement for July 2018.  There are product-related services (reconfiguration, inventory & assessment and storage) included in the resulting Standing Offer. 
    
    EVALUATION PROCESS AND SELECTION METHODOLOGY:
    
    This information is provided in the solicitation document.
    
    SECURITY REQUIREMENTS:
    
    There is no security requirements associated with the Request for Standing Offer solicitation. However, there may be security requirements associated with the resulting call-ups.  
    
    
    
    
    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)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Abdillahi, Mahade
    Phone
    (613) 990-3717 ( )
    Email
    mahade.abdillahi@tpsgc-pwgsc.gc.ca
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    010 FR 0 2018/07/10
    010 EN 17 2018/07/10
    009 FR 1 2018/07/09
    009 EN 18 2018/07/09
    FR 3 2018/07/05
    008 FR 2 2018/07/05
    008 EN 16 2018/07/05
    EN 13 2018/07/05
    007 FR 0 2018/06/29
    FR 4 2018/06/29
    007 EN 28 2018/06/29
    EN 17 2018/06/29
    006 FR 0 2018/06/27
    006 EN 23 2018/06/27
    005 FR 0 2018/06/22
    005 EN 24 2018/06/22
    004 FR 2 2018/06/20
    004 EN 24 2018/06/20
    003 FR 2 2018/06/08
    003 EN 38 2018/06/08
    002 FR 2 2018/06/07
    FR 2 2018/06/07
    EN 24 2018/06/07
    002 EN 39 2018/06/07
    001 FR 4 2018/05/24
    001 EN 44 2018/05/24
    000 FR 8 2018/04/18
    FR 7 2018/04/18
    EN 62 2018/04/18
    000 EN 110 2018/04/18
    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 – Open Bidding
    Selection criteria
    Lowest Price