KINGSTON, ON - LASALLE CAUSEWAY BRIDGE ENGINEERING SERVICES RFSO
Solicitation number EQ754-161365/A
Publication date
Closing date and time 2016/01/26 14:00 EST
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: REQUEST FOR STANDING OFFER - LASALLE CAUSEWAY, KINGSTON, ON THIS PROCUREMENT CONTAINS A SECURITY REQUIRMENT Public Works and Government Services Canada (PWGSC) is inviting engineering consulting firms with experience and expertise for engineeringassignments on the LaSalle Causeway to submit proposals for a Standing Offer. The work will encompass bridge inspection and investigation, trouble shooting, analysis and development of project requirements, load evaluations, structural analysis,design,construction services, and preparation of tender documents for construction. The proponent will include services of in-house experts and sub-Consultant(s) and/or specialist Consultant(s) which may be required to resolve issues related toelectrical, mechanical, vertical transportation,lighting, etc. The selected Consultants must be able to provide the range of services as identified in the Required Services section of this document. The Request for Standing Offer (RFSO) may result in the authorization of one (1) Standing Offer. Proponents are asked to submit a single proposal in response to the RFSO. The resultant Standing Offer will be for a period of three (3) years. Canada anticipates the total value of this standing offer to be approximately $3,000,000.00. The LaSalle Causeway, opened since 1917, provides an important transportation link within the City of Kingston, carrying County Road No. 2, and approximately 23,000 vehicles each day, across the Cataraqui River between the downtown areaon the westside of the river with the Barriefield / Canadian Force Base (CFB) Kingston area on the east side of the river. The Causeway consists of five (5) interconnecting structures and two (2) approaches:the westbridge (concrete), the west wharf, the bascule bridge, the east wharf, and the east bridge (concrete), in addition to the east approach and west approach. The bascule bridge also provides marine access to the inner harbour of Kingston, liftingan average of 900 times per year, and access tothe southern entrance of the Rideau Canal. The RFSO will be a single submission process. Proposals will be evaluated for both technical content and price. The proposal rankings will be based on 90% for technical evaluation and 10% for price. Standing Offer particulars are described in the RFSO. 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 inthis area, as well as the cost of the provision of the services. Firms interestedin providing these services may order the Request for Standing Offer documents which are distributed through the Government Electronic Tendering Service (GETS). Standard Terms and Conditions for this procurement are incorporated by reference into, and form part of the Tender and Contract Documents. The Standard documents are issued by Public Works and Government Services Canada and may be viewed on buyandsell.gc.ca. Tender documents can be obtained from GETS by visiting their web site at http://buyandsell.gc.ca/tenders. Amendments, when issued, will be available from GETS. In all cases bidders must indicate in the space provided on the Proposal Form theidentification number(s) of the amendment(s), if any, that they have taken into consideration for their bid. Sealed proposals will be received at: Public Works and Government Services Canada, 4900 Yonge Street, 12th Floor, Toronto,Ontario M2N 6A6. 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. ENQUIRIES: All enquiries of a technical nature and all questions of a contractual nature areto be submitted in writing to the Contractual Authority: Karen Lau Telephone No. - (416) 512-5297 Fax No. - (416) 512-5862 karen.lau@pwgsc-tpsgc.gc.ca 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-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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lau, Karen
- Phone
- (416) 512-5297 ( )
- Fax
- (416) 512-5862
- Address
-
Ontario Region, Tendering Office
12th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_PWL.B023.F2091.EBSU000.PDF | 000 | FR | 11 | |
ABES.PROD.PW_PWL.B023.E2091.EBSU000.PDF | 000 | EN | 75 |
Access the Getting started page for details on how to bid, and more.