SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

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.

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    Correia-Reid, Vincent
    Phone
    (416) 590-8259 ( )
    Fax
    (416) 512-5862
    Address
    Ontario Region, Tendering Office
    12th 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    22
    002
    French
    1
    001
    French
    9
    000
    English
    55
    001
    English
    20
    002
    English
    20

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: