RFSA Code Compliance Consulting Services- Ontario Region

Solicitation number EQ754-182920/A

Publication date

Closing date and time 2018/06/27 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / 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: 
    
    RFSA Code Compliance Consulting Services- Ontario Region
    
    EQ754-182920/A
    Kane, Rachel
    Telephone No. - (416) 512-5776 (    )
    Fax No. - (416) 512-5862 (    )
    E-mail: rachel.kane@pwgsc-tpsgc.gc.ca
    
    AMD 003:
    Solicitation Amendment No. 003 is being raised to include Questions and Responses and a revision to Section 4.1 Evaluation Procedures.
    
    AMD 002:
    Solicitation Amendment No. 002 is being raised to include Question and Response.
    
    AMD 001:
    Solicitation Amendment No. 001 is being raised to include Question and Response.
    
    IMPORTANT: This tender is part of Public Services and Procurement Canadas pilot to submit bid submission files electronically using epost Connect. Interested bidders should refer to Part 2 of the solicitation document entitled Instructions to bidders/offerors/suppliers, as the case may be, for instructions on how to participate and submit their files electronically for this tender.
    
    DESCRIPTION:
    Public Services and Procurement Canada (PSPC) is inviting engineering consulting firms with expertise in Code Compliance reviews and issues, and experience in National and Ontario Building and Fire Code interpretation to submit arrangements for Supply Arrangements for services to be carried out in Ontario Region excluding the National Capital Area. The range of services required by the selected consultant team(s) will include but not be limited to: technical advice; design critique; inspect existing and/or new construction; compliance reviews; and production of engineering reports related to code compliance issues.
    Suppliers must be capable and may be required to provide code consulting services related to the following and as identified Annex A - Required Services:
    (a) Strategic and Technical advice
    (b) Structural Design Review
    (c) Environmental Separation 
    (d) Heating, Ventilation and Air Conditioning
    (e) Plumbing Review Services 
    (f) Fire Safety Specific Related Services
    (g) Electrical Systems
    
    A supply arrangement is a non-binding arrangement between Canada and pre-qualified suppliers that allows PSPC to award contracts and solicit bids from a pool of pre-qualified suppliers for specific requirements within the scope of the supply arrangement. The intent of a supply arrangement is to establish a framework to permit expeditious processing of individual bid solicitations, which result in legally binding contracts for the services described in those bid solicitations.
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    All enquiries must be submitted in writing to rachel.kane@pwgsc-tpsgc.gc.ca no later than ten calendar days before the Request for Supply Arrangement (RFSA) closing date. Enquiries received after that time may not be answered.
    
    REQUEST FOR STADING OFFER DETAILS:
    There is no maximum to the number of Supply Arrangements that may be issued as result of this RFSA.
    
    The Supply Arrangements will remain valid for a period of three years or until such time as Canada no longer considers it advantageous to use them. The period for awarding contracts under the Supply Arrangement begins on the start date of the Supply Arrangement.
    Suppliers 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 Comprehension of the Scope of Services, Team Approach / Management of Services, Supplier’s Past Experience on Projects, Supplier’s Senior and Project Personnel Expertise and Experience and Hypothetical Projects. Additional details on the technical evaluation criteria can be found in Attachment 1- Submission Requirements and Evaluation.
    
    Suppliers interested in providing these services may download the Request for Supply Arrangement documents which are distributed through the Government Electronic Tendering Services (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 website at http://buyandsell.gc.ca/tenders. Amendments, when issued, will be available from GETS. In all cases suppliers should indicate in their arrangement the identification number(s) of the amendment(s), if any, that they have taken into consideration for their arrangement. 
    
    Sealed proposals will be received at; Public Works and Government Services Canada, 4900 Yonge Street, 12th Floor, Toronto, Ontario M2N 6A6
    
    SECURITY REQUIREMENTS:
    Suppliers are informed that there is a possibility that some solicitations against the Supply Arrangement might require that the supplier hold a valid Designated Organization Screening (DOS) or, Facility Security Clearance (FSC) issued by the Canadian Industrial Security Directorate (CISD) of Public Works and Government Services Canada (PWGSC) and that their personnel requiring access to sensitive work site(s) must hold a valid Reliability Status or higher, granted or approved by CISD/PWGSC.
    
    Should the successful suppliers not have the level of security indicated above, PWGSC shall sponsor the successful suppliers so CISD can initiate procedures for security clearance. CISD, by letter, shall forward documentation to the successful suppliers for completion.
    Suppliers desiring such sponsorship should so indicate in their covering letter with their proposal.
    
    If a solicitation issued against this Supply Arrangement does contain a security requirement, suppliers that do not have the necessary clearance at the time of the solicitation selection process detailed in Part 6B may be bypassed. In these scenarios, compliance with the security provisions would be mandatory at the time the SA issued RFP closes.
    
    ENQUIRIES:
    
    All enquiries of a technical nature and all questions of a contractual nature are to be submitted in writing to the Contracting Authority: 
    
    Rachel Kane
    Telephone No.: 416-512-5776
    Fax No.: 416-512-5862
    E-mail: rachel.kane@pwgsc-tpsgc.gc.ca
    
    Delivery Date: 15/05/2018
    
    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)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Kane, Rachel
    Phone
    (416) 512-5776 ( )
    Email
    rachel.kane@pwgsc.gc.ca
    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
    003
    French
    4
    003
    English
    20
    002
    French
    4
    002
    English
    16
    001
    French
    3
    001
    English
    21
    000
    French
    9
    000
    English
    66

    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

    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

    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: