RFSO - Ontario Region, Geotechnical Engineering and Materials
Testing Services
Solicitation number EQ754-131106/A
Publication date
Closing date and time 2013/10/07 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with Peru/Colombia/Panama 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: Geotechnical Engineering Services EQ754-131106/A Correia-Reid, Vincent Telephone No. - (416) 590-8259 ( ) Fax No. - (416) 512-5862 REQUEST FOR STANDING OFFERS - ONTARIO REGION - GEOTECHNICAL ENGINEERING AND MATERIALS TESTING SERVICES Public Works and Government Services Canada (PWGSC) is inviting qualified firms and individuals with the knowledge and experience of Geotechnical Engineering and PWGSC practices, to submit offers for Standing Offers. PWGSC is calling for offers from engineers licensed or eligible to be registered to practice as Professional Engineers under licence in the Province of Ontario. The Request for Standing Offer (RFSO) may result in the authorization of up to three (3) Standing Offers for the Ontario region. Proponents are asked to submit a single proposal in response to the RFSO. 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. The Consultant team for this Standing Offer must be capable of providing engineering services required to carry out Geotechnical Engineering and Materials Testing Services. The criteria used in the evaluation process will relate to previous achievements and experience of the firm, its senior personnel and project personnel; 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 70 % for technical evaluation and 30 % 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 Buyandsell.gc.ca. Consultants who wish to order the documents in conventional (print) form may do so by following the directions contained in the tender package. MANDATORY REQUIREMENT FOR CODE OF CONDUCT CERTIFICATIONS: Proponents should provide, with their proposals or promptly thereafter, a complete list of names of all individuals who are currently directors of the Proponent. If such a list has not been received by the time the evaluation of proposals is completed, the Contracting Authority will inform the Proponent of a time frame within which to provide the information. Proponents must submit the list of directors before contract award, failure to provide such a list within the required time frame will render the proposal non-responsive. The Contracting Authority may, at any time, request that a Proponent provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named in the aforementioned list within a specified delay. Failure to provide such Consent Forms within the delay will result in the proposal being declared non-responsive. 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. Delivery Date: 21/08/2013 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.
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
- Correia-Reid, Vincent
- Phone
- (416) 590-8259 ( )
- 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.PW_PWL.B042.F1879.EBSU000.PDF | 000 |
French
|
22 | |
ABES.PROD.PW_PWL.B042.F1879.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.PW_PWL.B042.F1879.EBSU001.PDF | 001 |
French
|
9 | |
ABES.PROD.PW_PWL.B042.E1879.EBSU000.PDF | 000 |
English
|
55 | |
ABES.PROD.PW_PWL.B042.E1879.EBSU001.PDF | 001 |
English
|
20 | |
ABES.PROD.PW_PWL.B042.E1879.EBSU002.PDF | 002 |
English
|
20 |
Access the Getting started page for details on how to bid, and more.