CCIW Lab Modernization Plan Implementation and Optional Master Planning Services
Solicitation number EQ754-171534/A
Publication date
Closing date and time 2017/01/10 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: EQ754-171534/A Chan, Ricky Telephone No. - (416) 512-5276 ( ) Fax No. - (416) 512-5862 ( ) Solicitation No. EQ754-171534/A - CCIW Lab Modernization Plan Implementation and Optional Master Planning Services SCOPE OF SERVICES: PublicWorks and Government Services Canada (PWGSC), on behalf of Environment Canada (EC), has a requirement to engage a firm of Architects as Prime Consultant with the support of mechanical, electrical and structural engineers and other specialists to carry out a Lab Modernization Plan Implementation and Optional Master Planning Services project at the Canada Centre for Inland Waters (CCIW) in Burlington, Ontario. Environment Canada's National Water Research Institute (NWRI) is the largest freshwater research facility in Canada. It includes the Canada Centre for Inland Waters (CCIW) located at 867 Lakeshore Road in Burlington, Ontario. The CCIW complex consists of six inter-connected buildings built in 4 phases in the early 1970s, with a total of almost 50,000 square metres of space: the Administration and Laboratory building, the Research and Development building, the Hydraulics Lab, the Boiler Plant, the Warehouse, and the Wastewater Technology Centre. CCIW is owned and operated by Environment Canada (EC). The CCIW Lab Modernization Plan Implementation and Optional Master Planning Services project will comprise of the implementation of a portion of the "Lab Modernization Plan (LMP, Dialog, 2015), renovating lab W249 to become swing space for project, and sprinklering the CCIW complex, including the National Water Research Institute (NWRI), Wastewater Technology Centre (WTC) and Annex buildings, as outlined in the Fire Safety Upgrades - Sprinkler System study (WSP, July 2016). This project requires a multi-disciplinary Consultant Project Team with experience in design and construction of laboratory facilities and a good understanding and knowledge of laboratory operations. Implementation of this project is to be carried out through a Construction Management arrangement with the Construction Manager providing advisory services during design and acting as General Contractor and Constructor during construction. PWGSC will retain the Construction Manager under a separate arrangement. OPTIONAL SITE VISIT: Arrangements have been made for a tour of the work site. The site visit will be held on Tuesday, October 25, 2016 at 10:00 a.m. at: Canada Centre for Inland Waters (CCIW) 867 Lakeshore Road Burlington, Ontario L7S 1A1 Proponents are requested to communicate with the Contracting Authority no later than two (2) business days before the scheduled visit to confirm attendance and provide the name(s) of the person(s) who will attend. Proponents may be requested to sign an attendance sheet. Proponents who do not attend or do not send a representative will not be given an alternative appointment, but they will not be precluded from submitting a proposal. Any clarifications or changes to the Request for Proposal resulting from the site visit will be included as an amendment to the Request for Proposal. RFP DETAILS: This Request for Proposal (RFP) is a One-Phase process. Proponents responding to this RFP are requested to submit only one proposal. Proposals will be evaluated for both technical content and price. Proposals are to cover the Achievements of the Proponent on Laboratory Projects; Achievements of Key Sub-Consultants/Specialists on Projects; Achievements of Key Personnel on Projects; Understanding of the Project; Scope of Services; Management of Services; and Design Philosophy/Approach/Methodology; and proposed pricing. The proposal rankings will be based on 80% for technical evaluation, 15% for the Percentage Fee for the Required, Additional and Specialized Services, and 5% for Fixed Fees for Optional Services. 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 agreementfor 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. *** 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 Tenderand Contract Documents. The Standard documents are issued by Public Works and Government Services Canada (PWGSC) 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 proponents 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 proposal. ENQUIRIES: All enquiries of a technical nature and all questions of a contractual nature are to be submitted in writing to the Contractual Authority: Ricky Chan Telephone No.: 416-512-5276 Fax No.: 416-512-5862 E-mail: ricky.chan@pwgsc-tpsgc.gc.ca This PWGSC office provides procurement services to the public in both official languages. 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
- Chan, Ricky
- Phone
- (416) 512-5276 ( )
- 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.
Access the Getting started page for details on how to bid, and more.