Pre-Design Services for the Proposed CSC National Training Academy

Solicitation number EQ754-203070/A

Publication date

Closing date and time 2020/05/13 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: 
    
    Pre-Design Services for the Proposed CSC National Training Academy
    
    EQ754-203070/A
    Woodhall, Lauren
    Telephone No. - (416) 230-9083 (    )
    Fax No. - (416) 952-1257 (    )
    
    DUE TO CURRENT CIRCUMSTANCES SURROUNDING COVID-19, WE STRONGLY ENCOURAGE PROPONENTS TO SUBMIT THEIR PROPOSALS VIA THE EPOST CONNECT SERVICE. PLEASE REFER TO R1410T GI16 SUBMISSION OF PROPOSAL FOR ADDITIONAL INSTRUCTIONS.
    
    Important Notice:  Please be advised that the Public Works and Government Services Canada (PWGSC) Real Property Contracting office has moved to 4900 Yonge Street, Toronto, 10th floor on April 25, 2019.
    
    SCOPE OF WORK:
    
    On behalf of Correctional Services Canada (CSC), Public Works and Government Services Canada (PWGSC) has a requirement to engage an Architectural firm as Prime Consultant with the support of sub-consultants and specialists to complete Pre-Design Services required for the development of a proposed new National Training Academy in Kingston, Ontario. The intent is to inform decision making with regards to building a facility to train and accommodate recruits to become CSC correctional officers, on the site of Collins Bay Institution in Kingston, Ontario.  
    
    
    RFP DETAILS:
    
    Public Works and Government Services Canada (PWGSC) is inviting qualified firms and individuals with the knowledge and experience to submit proposals for Standing Offers.  Proponents shall be licensed, certified or otherwise authorized to provide the necessary professional services to the full extent that may be required by federal or provincial law. 
    
    
    The RFP will be a single submission process.  The criteria used in the evaluation process will relate to previous achievements and experience of the firm; understanding of the scope of services; approach and methodology; and cost of service, and is more fully detailed in the Solicitation document.  Proposals will be evaluated for both technical content and price. The price section of all responsive proposals that achieved the minimum total Technical Rating are opened upon completion of the technical evaluation. The proposal rankings will be based on 90% for technical evaluation and 10% for price. 
    
    ****
    
    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. 
    
    EPOST CONNECT:
    
    This RFP allows Proponents to use the epost Connect service provided by Canada Post Corporation to transmit their proposal electronically. Proponents must refer to GI16, Submission of Proposal, for further information. Due to the nature of the bid solicitation, proposals transmitted by facsimile will not be accepted.
    
    IMPORTANT:
    
    The following email address is to be used to open an epost Connect conversation, as detailed in GI16, Submission of Proposal, or to send proposals through an epost Connect message if the Proponent is using its own licensing agreement for epost Connect.
    
    E-mail address:
    TPSGC.orreceptiondessoumissions-orbidreceiving.PWGSC@tpsgc-pwgsc.gc.ca
    
    Note: Proposals will not be accepted if emailed directly to this email address. 
    
    HARDCOPY PROPOSALS:
    
    Hardcopy Proposals must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified below by the date and time indicated on page 1 of the bid solicitation:
    
    Courier/Post: 
    Bid Receiving - Public Works and Government Services Canada
    10th Floor, 4900 Yonge Street
    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: 21/02/2020
    
    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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Woodhall, Lauren
    Phone
    (416) 230-9083 ( )
    Email
    lauren.woodhall@pwgsc-tpsgc.gc.ca
    Fax
    (416) 952-1257
    Address
    Ontario Region
    10th 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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    008 FR 6 2020/05/11
    008 EN 28 2020/05/11
    FR 13 2020/05/05
    007 FR 3 2020/05/05
    007 EN 27 2020/05/05
    EN 19 2020/05/05
    006 FR 4 2020/04/28
    006 EN 32 2020/04/28
    005 FR 8 2020/04/17
    005 EN 37 2020/04/17
    004 FR 10 2020/04/09
    004 EN 38 2020/04/09
    003 FR 7 2020/04/03
    003 EN 40 2020/04/03
    002 FR 11 2020/03/27
    002 EN 45 2020/03/27
    EN 37 2020/03/27
    001 FR 15 2020/03/18
    001 EN 65 2020/03/18
    000 FR 35 2020/02/28
    000 EN 254 2020/02/28
    EN 91 2020/02/28
    EN 56 2020/02/28
    EN 56 2020/02/28
    EN 58 2020/02/28
    EN 49 2020/02/28
    EN 63 2020/02/28
    EN 59 2020/02/28
    Access the Getting started page for details on how to bid, and more.

    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
    Highest Combined Rating of Technical Merit and Price