Port Hope LTWMF PM Support

Solicitation number EQ754-132842/A

Publication date

Closing date and time 2013/02/26 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Port Hope LTWMF PM Support
    
    EQ754-132842/A
    Woodhall, Lauren
    Telephone No. - (416) 512-5873 (    )
    Fax No. - (416) 512-5862
    
    LTWMF Project Management Support
    
    
    NOTICE OF PROPOSED PROCUREMENT
    
    This requirement is only open to the following pre-qualified
    suppliers under the
    Task and Solutions Based Professional Services (TSPS).
    
    TASK BASED E60ZN-090002 PROFESSIONAL SERVICES - (TSPS)
    REQUIREMENT
    (File No.EQ754-132842) TIER 2 (> $2M)
    
    This requirement is for the department of: Public Works and
    Government Services Canada
    
    This requirement is for Real Property Project Management
    Services Class for the services of:
    
    	2		Project Manager		Senior
    	1		Project Manager		Intermediate
    
    One Contract is to be awarded.
    
    This requirement is open only to the following companies who
    qualified under the stated consultant categories, level of
    expertise, security level, region and tier:
    
    1. Brookfield LePage Johnson Controls Facility Management
    Services
    2. INNOVATIVE CONSTRUCTION INC., VERTERRA CORP., IN JOINT
    VENTURE 
    3. CIMA+ S.E.N.C. 
    4. CBRE Limited  
    5. BDA Real Estate Development Services Inc. 
    6. MHPM Project Managers Inc. 
    7. Tiree Facility Solutions Inc.  
    8. Peter J. Kindree Architect  
    9. IBISKA Telecom Inc.  
    10. MHPM Project Managers Inc., Tiree Facility Solutions Inc. in
    Joint Venture 
    11. IAN MARTIN LIMITED
    
    
    
    
    Request For Proposal (RFP) documents will be e-mailed directly,
    from the contracting officer, to the Qualified Supply
    Arrangement Holders who are being invited to bid on this
    requirement. BIDDERS ARE ADVISED THAT MERX IS NOT RESPONSIBLE
    FOR THE DISTRIBUTION OF RFP DOCUMENTS. 
    
    Location of work to be performed: Port Hope, Ontario
    
    Security Requirement:
    Security Requirements Check List (SRCL): None
    Supplier Security Clearance required: None
    Security Level required (Document Safeguarding):None
    
    Inquiries regarding this RFP requirement are to be submitted to
    the Contracting Authority listed below:
    File Number: EQ754-132842
    Contracting Authority: Lauren Woodhall
    Phone Number: 416-512-5873
    Fax Number: 416-512-5862
    Email: lauren.woodhall@pwgsc-tpsgc.gc.ca
    
    
    Public Works and Government Services Canada requires the
    services of two (2) Senior Project Managers and one (1)
    Intermediate Project Manager for the Port Hope Area Initiative,
    specifically the Port Hope Long Term Waste Management Facility.
    This requirement will be from date of award to March 31, 2014,
    with an irrevocable option for four additional 12 months option
    periods.
    
    
    Documents may be submitted in either official language of Canada.
    
    The Task and Solutions Based Professional Services (TSPS) Method
    of Supply is a result of a formal competitive process which was
    established as a result of extensive consultations with
    industry. The Method of Supply provides suppliers with an
    on-going opportunity to become prequalified for participation in
    future bidding opportunities. To obtain more information about
    how to become a pre-qualified supplier for TSPS, please review
    the Request for Supply Arrangement (RFSA) permanent posting that
    is currently available on the Government Electronic Tendering
    System (www.merx.com) which is accessible by referencing the
    following Solicitation Number(s): E60ZN-090003/C.
    
    For general information on the various PWGSC Methods of Supply,
    or to obtain specific information on a PWGSC professional
    service method of supply, please visit PWGSC's Buy and Sell
    website at:
    https://buyandsell.gc.ca/for-businesses/register-as-a-supplier/re
    gister-formethods-of-supply#10
    Delivery Date: 18/01/2013
    
    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)
    • 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
    Woodhall, Lauren
    Phone
    (416) 512-5873 ( )
    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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)
    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: