RFSO - Ontario Region, Mechanical Engineering Services
Solicitation number EQ754-130543/A
Publication date
Closing date and time 2012/09/06 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: REQUEST FOR STANDING OFFERS - ONTARIO REGION - MECHANICAL ENGINEERING SERVICES Public Works and Government Services Canada is calling for proposals from engineers eligible to be registered to practice as Professional Engineers under licence in the Province of Ontario, to provide a range of mechanical engineering services in Eastern, Central and Western Ontario. The Request for Standing Offer (RFSO) may result in the authorization of up to three (3) Standing Offers for each of the regions listed above. Proponents are asked to submit a single proposal in response to the RFSO. Proposals must indicate the proponents interest in one, several or all regions. Each resultant Standing Offer will be for a period of three (3) years. Canada anticipates the total value of these standing offers to be approximately $5,000,000.00. Examples of types of projects which will require Mechanical Engineering Services are investigations, designs and production of contract documents for: boilers and chillers; backflow prevention devices; forced air systems; greenhouse systems; laboratory systems modifications; growth chambers and compressed air systems. 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. 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 five (5) 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 in this area, as well as the cost of the provision of the services. Standard terms and conditions for this procurement are incorporated by reference 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 the MERX electronic Bulletin Board as part of the information module. Consultants who wish to order the documents in conventional (print) form may do so by following the directions contained in the tender package. Tender documents can be obtained from MERX by calling 1-800-964-6379. MANDATORY REQUIREMENT FOR CODE OF CONDUCT CERTIFICATIONS - CONSENT T0 A CRIMINAL RECORD VERIFICATION: A Consent to a Criminal Record Verification form must be submitted as part of the proposal, for each individual who is currently on the Proponent's Board of Directors. Canada will declare non-responsive any proposal in respect of which the information herein requested is missing or inaccurate, or in respect of which the information contained in the certifications specified hereinafter is found to be untrue, in any respect, by Canada. Proponents must submit as part of their proposal: (a) a complete list of names of all individuals who are currently directors of the Proponent; (b) a properly completed and signed form Consent to a Criminal Record Verification (PWGSC-TPSGC 229 http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/formulaires-forms-eng. html) for each individual named in the list. 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.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
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
- Talom, Mike
- Phone
- (416) 590-8253 ( )
- 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.BK_PWL.B036.F1722.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.BK_PWL.B036.F1722.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.BK_PWL.B036.F1722.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.BK_PWL.B036.F1722.EBSU000.PDF | 000 |
French
|
1 | |
ABES.PROD.BK_PWL.B036.F1722.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.BK_PWL.B036.E1722.EBSU003.PDF | 003 |
English
|
0 | |
ABES.PROD.BK_PWL.B036.E1722.EBSU002.PDF | 002 |
English
|
0 | |
ABES.PROD.BK_PWL.B036.E1722.EBSU004.PDF | 004 |
English
|
0 | |
ABES.PROD.BK_PWL.B036.E1722.EBSU001.PDF | 001 |
English
|
0 | |
ABES.PROD.BK_PWL.B036.E1722.EBSU000.PDF | 000 |
English
|
13 |
Access the Getting started page for details on how to bid, and more.