KINGSTON, ON. CONSTRUCTION MANAGEMENT SERVICES. CSC NATIONAL TRAINING ACADEMY.

Solicitation number EQ754-181281/A

Publication date

Closing date and time 2017/10/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    KINGSTON,ONTARIO.CONSTRUCTION MANAGEMENT SERVICES. CSC NATIONAL TRAINING ACADEMY.
    
    EQ754-181281/A  
    Dhanna, Sheila
    Telephone No. (416) 512-5855 
    Fax No. (416) 512-5862
    email:  sheila.dhanna@pwgsc-tpsgc.gc.ca
    
    CONSTRUCTION MANAGEMENT SERVICES -  CORRECTIONAL SERVICE CANADA,
    NATIONAL TRAINING ACADEMY, 443 UNION STREET WEST, KINGSTON, ONTARIO
    
    Public Services and Procurement Canada (PSPC), on behalf of Correctional Service Canada (CSC), intends to retain a Construction Manager (CM) to provide CM Advisory (CMa) and CM General Contractor (CMc) Services for the Interim CSC National Training Academy project and to ensure that the CM has a clear understanding of the project scope, procedures, and performance requirements for the project as set out in this Request for Proposal (RFP).  Project No:  R.090864.001  
    Construction Manager (CM) to provide CM Advisory and CM General Contractor Services for the following two projects: 1. Interim CSC National Training Academy, 2. Firing Range Upgrade.   
    The objective of this project is for the interim accommodation of the CSC National Training Academy.  It is envisioned that the interim accommodation will be for three years.  The interim accommodation requires the following type of spaces: simulation areas, classrooms, food services, and accommodation.  The renovation at the Staff College will provide the Learning Centre: simulation areas, classroom spaces, kitchen, and dining hall.  The renovation of Westlake Hall will restore the building back to its original accommodation function.  The minor renovation of the three houses (Harmony House, Elmhirst House, and Trono Commons House) on the grounds of RHQ will involve updating of the interior layout to become more conducive for shared accommodation.  Common functions such as shower will be available on each floor.  CSC visualizes renovating Staff College and Westlake Hall in keeping with the overall CSC campus plan.  
    The firing ranges require upgrade in order to meet the training curriculum: (1) DND Firing Range at CFB Kingston, (2) Joyceville Institution Firing Range, and (3) Millhaven Institution Firing Range. The Firing Range Upgrade will increase the existing range to 16 lanes and provide a heated area for recruits’ training during the winter season.
    This project will be divided into two phases: Advisory/Design Services and Tender & Construction Services.  It is tied to the program’s funding and delivery schedule commitments, with a completion deadline of March 1st, 2018.  This is on a fast-track schedule.
    The project requires a multi-disciplinary Project Team with experience in design and construction of correctional facilities and operations. PSPC intends to engage a Consultant to prepare the design and construction documents and provide construction administration for this project through a separate Request For Proposal. The Consultant will engage the Commissioning Manager (CxM) to estabilish and document CSC’s criteria for system function, performance and maintainability, and to verify and document compliance with these criterion throughout design, construction, start-up, initial period of operation, and seasonal testing. PSPC will engage an Environmental Consultant for the Environmental Effects Evaluation (EEE) at the CSC Firing Ranges..
    
    The Construction Manager shall note, Shared Services Canada (SSC) is responsible for the installation of IT Cabling.  The consultant and Construction Manager shall incorporate general cabling supporting infrastructure and telecom room requirements in the design only.  Physical cables and associated equipment are to be supplied by others. General Cabling Supporting Infrastructure and telecom room requirements will be made available to the successful proponent. 
    Electronics Security System (ESS) is not the same as SSC or IT at CSC.  The Construction Manager is responsible for the installation of cabling and associated equipment relating to ESS.  The Design Consultant and CM shall incorporate cabling supporting infrastructure and ESS equipment room requirements in the design.  ESS requirements will be made available to the successful proponent.
    The Construction Manager is responsible for the supply and installation of the Food Services equipment.  Three meals will be served to the CSC recruits each day, seven days a week.  The CM shall work in collaboration with the Food Services Consultant and CSC to ensure the kitchen and dining hall design, as well as the equipment installation and commissioning meet the client requirement, applicable codes and standards.
    The Construction Manager (CM) shall work in collaboration with the project team and stakeholders, by providing: advisory input during design, procurement of Subcontractors and management of the overall construction of the project until completion.
    
    Optional Site Visit   
    There will be a site visit on October 11, 2017 at 10:00 AM.  Interested bidders are to meet at Ontario Staff College at the Reception Desk, 443 Union Street West, Kingston, Ontario  K7L 4V8.  The group will access Staff College, Westlake Hall, and the houses.  Afterwards, the group will proceed to the Firing Ranges,  at about 1:00PM  to Joyceville Institution, Principle Entrance Building, Highway 15, Kingston, Ontario K7L 4X9 and then at about 2:30PM to Bath Institution,  Principle Entrance Building, 5775 Bath Rd., Bath, Ontario, K0H 1G0 
    
    Safety Attire - It is mandatory that all persons attending the site visit have the proper personal protection equipment (safety glasses, footwear, vests and hard hats etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site. 
    
    Security pre-screening: All the individuals attending the site visit must hold a security clearance of (Reliability). The names of each individual attending the site visit, their date of birth, along with the name of the firm they represent, must be provided to the Contracting Authority, Sheila Dhanna at 416-512-5855, or sheila.dhanna@pwgsc-tpsgc.gc.ca by COB, October 6, 2017, in order to gain access to the site.
    
    Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
    This is a two envelope, single phase selection process. 
    
    Proponents responding to this RFP are requested to submit a full and complete proposal. A combination of the technical and price of services submissions will constitute the proposal.
    
    This procurement contains mandatory requirements; failure to comply will result in rejection of the proposal. 
    
    The duration of work is scheduled to be completed within Thirteen (13) Weeks from contract award
    
    All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officer, Sheila Dhanna: e-mail: sheila.dhanna@pwgsc-tpsgc.gc.ca
    Telephone: (416) 512-5855, or Facsimile:  (416) 512-5862. 
    
    Bid Receiving:   
    Sealed tenders will be received at Public Works and Government Services Canada, 4900 Yonge Street, Bid Receiving, 12th Floor, Toronto, Ontario M2N 6A6.
    
    Delivery Date: 29/09/2017
    
    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)

    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
    Dhanna, Sheila
    Phone
    (416) 512-5855 ( )
    Email
    sheila.dhanna@pwgsc-tpsgc.gc.ca
    Fax
    (416) 512-5862
    Address
    Ontario Region, Tendering Office
    12th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    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
    001
    French
    2
    French
    12
    English
    11
    English
    13
    English
    17
    English
    12
    English
    11
    English
    12
    English
    14
    001
    English
    19
    English
    14
    English
    14
    English
    19
    English
    17
    English
    17
    English
    17
    English
    19
    English
    15
    English
    15
    French
    12
    000
    French
    10
    English
    42
    000
    English
    67

    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
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: