LIFT ELEVATOR ENGINEERING CONSULT.

Solicitation number E0225-142834/A

Publication date

Closing date and time 2014/05/27 13:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    LIFT ELEVATOR ENGINEERING CONSULT.
    
    E0225-142834/A
    Collier (PWA), Susan
    Telephone No. - (902) 496-5350 
    Fax No. - (902) 496-5016
    
    Public Works and Government Services Canada (PWGSC) is inviting
    consulting firms with one (1) qualified individual which is a
    licensed Professional Engineer with ten (10) years of direct
    work experience in systems engineering and design of elevators,
    escalators, and lifts as decribed in the latest edition of the
    CSA B44/ASME A17.2 Safety Code for Elevators and Escalators, and
    the B355 Safety Code for lifts for persons with physical
    disabilities expertise to submit proposals for a Standing Offer.
     The selected consultants shall provide a range of services as
    identified in the Required Services section of this document.  
    Proponents shall be licensed in the province of Nova Scotia and
    Newfoundland and or be eligible to be licensed to practise in
    the province of New Brunswick, and Prince Edward Island. If a
    Proponent is licensed to practise in only two (2) of the four
    (4) provinces, then that Proponent must be eligible and willing
    to be licensed in the province in which they are not licensed.
    Firms should be able to demonstrate successful delivery of these
    services for a broad variety of projects over the last ten (10)
    years. In general, the firm and its personnel will be evaluated
    on the basis of their demonstrated understanding of the scope of
    services, their approach and methodology to providing those
    services, the quality of their relevant experience in this area,
    as well as the cost of the provision of the services.
    The professional engineering consulting firm shall have at least
    one "Qualified Individual" which is a licensed Professional
    Engineer on staff with at least ten (10) years of direct work
    experience in systems engineering and design of elevators,
    escalators, and lifts as described in the latest editions of the
    CSA B44/ASME A17.2 Safety Code for Elevators and Escalators, and
    the B355 Safety Code for Lifts for Persons with Physical
    Disabilities.
    The qualified individual(s) should be providing the following
    information for evaluation:  	
    1.	Copy of P.Eng. Licence to practice in the province of NS, and
    Nfld and to be eligable to be licensed in NB and PEI. And letter
    of good standing from each provincial professional association.
    2.	Copies of University and/or College diplomas, awards, or any
    other documentation that shows individual has obtained formal
    education related to elevator / lift (UK) engineering technology
    and/or written proof that confirms that the individual
    participated and completed an elevator system manufacturing
    company mentoring program through a qualified professional
    engineer that has knowledge, experience and training related to
    elevator or Lift (UK) system engineering and design. 
    3.	Samples of work successfully completed, that includes
    pre-engineered concept designs c/w engineer's stamp for elevator
    system general arrangement equipment layout drawings, division
    14000, conveying systems specification documents, commissioning
    specification documents related to vertical transportation
    systems. 
    4.	Documentation that confirms individual has received ASME A
    17/CSA B44 Elevator Safety Code training and continuing
    education.
    5.	Copy of current QEI certification. 
    6.	Documentation certifying that the individual has received
    up-do-date elevator system safety training. 
    Experience must be directly related to this specialized
    engineering field.
    It is PWGSC's intention to authorize one (1) Standing Offer, for
    a period of three (3) years from the date of issuing the
    Standing Offers with two (2) one year option periods.  The total
    dollar value of the Standing Offer is estimated to be
    $460,000.00 (Applicable Taxes included).  Individual call-ups
    will vary, up to a maximum of $100,000.00 (Applicable Taxes
    included). Proponents should note that there is no guarantee
    that the full or any amount of the Standing Offer will be
    called-up; PWGSC will issue call-ups only when the specific
    services to be provided under the Standing Offer are needed. 
    Please refer to Section SP5, CALL-UP PROCEDURE.
    Proposals that are responsive (i.e. which meet all the mandatory
    requirements set out in the Request for Standing Offer) will be
    reviewed, evaluated and rated by a PWGSC Evaluation Board. In
    the first instance, price envelopes will remain sealed and only
    the technical components of the proposal will be evaluated in
    accordance with the following to establish Technical Ratings:
    
    To be considered further, proponents must achieve a minimum
    weighted rating of seventy (70) out of the hundred (100) points
    available for the rated technical criteria as specified above.
    
    No further consideration will be given to proponents not
    achieving the pass mark of seventy (70) points.  
    
    
    PRICE OF SERVICES
    
    All price proposal envelopes corresponding to responsive
    proposals which have achieved the pass mark of seventy (70)
    points are opened upon completion of the technical evaluation.
    When there are three or more responsive proposals, an average
    price is determined by adding all the price proposals together
    and dividing the total by the number of price proposals being
    opened. This calculation will not be conducted when one or two
    responsive proposals are received.
    
    All price proposals which are greater than twenty-five percent
    (25%) above the average price will be set aside and will receive
    no further consideration.
    
    The remaining price proposals are rated as follows:
    1.	The lowest price proposal receives a Price Rating of 100
    2.	The second, third, fourth and fifth lowest prices receive
    Price Ratings of 80, 60, 40, and 20 respectively.  All other
    price proposals receive a Price Rating of 0.
    3.	On the rare occasions where two (or more) price proposals are
    identical, the matching price proposals receive the same rating
    and the corresponding number of following ratings are skipped. 
    
    The Price Rating is multiplied by the applicable percentage to
    establish the Price Score.
    SRE 5	 TOTAL SCORE
    Total Scores will be established in accordance with the
    following:
    Rating	Possible Range 	% of Total Score	 Score (Points)
    Technical Rating	0 - 100	 90	0 - 90
    Price Rating	0 - 100	 10	0 - 10
    Total Score		100	0 - 100
    
    
    The proposals will be ranked in order from the highest to the
    lowest using the total score (technical plus price).  The
    proponents submitting the highest ranked proposals will be
    recommended for issuance of a standing offer.  In the case of a
    tie, the Proponent submitting the lower price for the services
    will be selected.  Canada reserves the right to issue one (1)
    Standing Offer.
    
    There is a Security Requirement associated with this requirement
    (refer to SC3 in the RFP) for additional information.
    
    This procurement is subject to the provisions of : North
    American Free Trade Agreement (NAFTA), World Trade Organization
    - Agreement  on Government Procurement (WTO-AGP) and the
    Agreement on Internal Trade (AIT).
    
    This Public Works and Government Services Canada (PWGSC) office
    provides procurement services to the Public in English.
    
    INQUIRIES: All inquiries of a technical or contractual nature,
    are to be submitted to the Contracting Authority : Susan
    Collier, Telephone: (902) 496-5350, facsimile: (902) 496-5016
    Email: susan.collier@pwgsc-tpsgc.gc.ca. Inquiries are to be made
    in writing and should be received no less than five (5)
    calendars days prior to the closing date to allow sufficient
    time to respond.
    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
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Collier (PWA), Susan
    Phone
    (902) 496-5350 ( )
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    P.O. Box 2247/C.P.2247
    Halifax, B3J 3C9

    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
    000
    French
    1
    000
    English
    14

    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

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Prince Edward Island
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: