Lake Superior National Marine Conservation Area
Discovery Centre and Multiuse Building
Solicitation number 5P201-180231/A
Publication date
Closing date and time 2019/06/20 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Solicitation No. 5P201-180231/A Toronto, ON - Architectural and Engineering Services for Lake Superior National Marine Conservation Area Multifunctional Buildings Important Notice: Please be advised that the Public Works and Government Services Canada (PWGSC) Real Property Contracting office is moving to 4900 Yonge Street, Toronto, 10th floor on April 25, 2019. SCOPE OF WORK: Public Works and Government Services Canada (PWGSC), on behalf of the Parks Canada (PCA), intends to retain an Architectural firm in the capacity of Prime Consultant for the provision of a multi-disciplinary team to fulfil the services required for this project. The project consists of the construction of a new multi-use building housing a discovery centre, administration offices, maintenance garage, a parking lot, site work for the outdoor portion of the interpretive exhibit and arrival sequence, and outside storage in Nipigon, Ontario SECURITY REQUIREMENT: This procurement contains a security requirement. Proponents are advised that as detailed in Supplementary Instructions to Proponents (SI) 6 - Security Requirement, at the date of bid closing, the following conditions must be met: (a) the Proponent must hold a valid organization security clearance as indicated in Supplementary Conditions SC1; The personnel security requirements can be found in SC1 and not required at the date of bid closing. RFP DETAILS: This Request for Proposal (RFP) is a two-phase process; Proponents responding to this RFP will be requested to submit their proposal in two phases. Phase One proposals will cover only the previous achievements and experiences of the proposed consultant team. Phase Two proposals will cover the understanding of the project, scope, management of services, design philosophy, and pricing. Phase One proposals will cover only the qualifications, experience and organization of the proposed Consultant Team. Following evaluation and rating of these proposals, proponents are advised of their competitive standing and have the opportunity to decide whether or not to continue their participation by submitting a Phase Two proposal. Phase Two proposals will cover the detailed approach to the work, and the pricing and terms offered. A combination of the Phase One and Phase Two submissions constitutes the final proposal. The Proponent whose responsive proposal achieves the highest total score is the first entity that the Evaluation Board will recommend be approached in order to finalize details of an agreement for the provision of the required services. The purpose is to select the highest ranked experienced firm of Consultants and sub-consultants to fulfil the services required for this project. ESTIMATED CONSTRUCTION CONTRACT VALUE: The preliminary cost estimate for the Construction Contract for this project is $10M (HST excluded). **** Architectural firms interested in providing these services may order the Request for Proposal 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 the identification 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, 10th Floor, Toronto, Ontario M2N 6A6. 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 are to be submitted in writing to the Contractual Authority: Lauren Woodhall Telephone No.: (416) 230-9083 E-mail: lauren.woodhall@pwgsc-tpsgc.gc.ca. This PWGSC office provides procurement services to the public in both official languages. Delivery Date: 18/04/2019 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)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
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
- Woodhall, Lauren
- Phone
- (416) 230-9083 ( )
- Email
- lauren.woodhall@pwgsc-tpsgc.gc.ca
- Fax
- () -
- Address
-
Ontario Region
10th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Parks Canada
- Address
-
30 Victoria StreetGatineau, Quebec, J8X 0B3Canada
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.B035.F2454.EBSU004.PDF | 004 | FR | 4 | |
ABES.PROD.PW_PWL.B035.E2454.EBSU004.PDF | 004 | EN | 19 | |
ABES.PROD.PW_PWL.B035.F2454.EBSU003.PDF | 003 | FR | 3 | |
ABES.PROD.PW_PWL.B035.E2454.EBSU003.PDF | 003 | EN | 26 | |
ABES.PROD.PW_PWL.B035.F2454.EBSU002.PDF | 002 | FR | 2 | |
ABES.PROD.PW_PWL.B035.E2454.EBSU002.PDF | 002 | EN | 25 | |
ABES.PROD.PW_PWL.B035.F2454.EBSU001.PDF | 001 | FR | 8 | |
ABES.PROD.PW_PWL.B035.E2454.EBSU001.PDF | 001 | EN | 32 | |
ABES.PROD.PW_PWL.B035.F2454.EBSU000.PDF | 000 | FR | 20 | |
survey-nov272018.pdf | EN | 43 | ||
ves_final_dec_2017.pdf | EN | 46 | ||
ABES.PROD.PW_PWL.B035.E2454.EBSU000.PDF | 000 | EN | 123 | |
2019.01.21_-_final_pre-design_report_-_single_pdf-1.pdf | EN | 92 |
Access the Getting started page for details on how to bid, and more.