Generic Support Building Mission/Agassiz

Solicitation number EZ899-123251/A

Publication date

Closing date and time 2012/07/10 17:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/AIT
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Design Build - Generic Support Buildings - Mission/Kent
    
    EZ899-123251/A
    Sal Pillay, Contracting Officer
    Telephone No. - (604) 775-9386  
    Fax No. - (604) 775-6633
    
    Title:
    Design-Build Construction of Generic Support Buildings
    
    Locations:
    Mission Institution, Mission, BC and Kent Institution, Agassiz,
    BC
    
    Background:
    Public Works and Government Services Canada (PWGSC) is inviting
    qualified Turnkey (Design-Build) Bidders to deliver new Generic
    Support Buildings at Mission Institution, Mission, BC and Kent
    Institution, Agassiz, BC
    
    The objective of this RFP is to retain an individual Contractor
    or Joint Venture to provide the complete design-build (turnkey)
    work for Support Buildings at Correctional Services Canada,
    Mission Institution, Mission, BC and Kent Institution, Agassiz,
    BC in the Pacific Region.  Utilizing a turnkey service delivery
    methodology, a full range of professional consultant and
    contractor services will be required during both the design and
    construction phases of the project. The work consists of but is
    not limited to the design and construction of two (2) buildings,
    including site work and service connections. The Project
    requires design and execution for multiple disciplines carefully
    coordinated with on-going Institutional operations.
    
    Request for Proposal Process:
    This is a single phase selection process. The RFP Document sets
    out the project requirement, i.e., the particulars of the
    project itself and the broad scope of services required from the
    Contractor.  Based upon their analysis of the project
    requirements and the capability/capacity of their firm, the
    bidders formulate bids for the service, including their price.
    
    The bidders describe their capabilities and proposed services in
    the "Technical Portion" of the submission (Envelope One). The
    "Price Portion" includes the proposed price and bid security
    which is submitted in a sealed envelope (envelope two).
    
    The Technical Portion of competitive bids are evaluated, without
    knowledge of the price, by the Technical Evaluation Board. 
    Evaluation is based on a set of pre-established criteria,
    components and weight factors. Numerical technical scores are
    awarded at the completion of the technical evaluation.
    
    Price envelopes are then opened for the technically qualified
    proposals.  The responsive submission with the lowest price will
    be recommended for award of the contract.
    
    "This procurement contains mandatory requirements"
    
    Proposals not meeting the mandatory requirements will be deemed
    non-responsive and will be given NO further consideration.
    
    Delivery Date:
    It is expected that the completion of the work will be Forty-Six
    Weeks from Contract Award.
    
    Site Visit Date:
    It is recommended that the bidder attend the optional site visit
    at the designated date and time to examine the scope of the work
    required and the existing conditions. The optional site visit
    will be held at 10:00 AM on Tuesday, April 10, 2012 at the
    Mission Institution, PWGSC site office at 8751 Stave Lake St.,
    Mission, BC and 10:30 AM on Wednesday, April 11, 2012 at Kent
    Institution, PWGSC site office, 4732 Cemetary Road, Agassiz, BC.
     Due to limited space, each turnkey (design-build) bidder is
    limited to no more than 4 persons.  Due to security
    considerations, persons with criminal records may be denied
    access to the Institution. 
    
    All contractors must wear a high visibility vest, which meets
    WCB standards, for all site visits including a tender site
    visit.  No cameras, cell phones (of any type) or laptop
    computers are allowed into institutions at any time.
    
    Tender Enquiries:
    Sal Pillay, Supply Specialist (604) 775-9386    E-Mail: 
    sal.pillay@pwgsc.gc.ca
    
    Value of Project 
    To assist with bonding and insurance requirements, this project
    is estimated to cost between 
    $6,000,000.00 to $7,000,000.00
    
    Firms intending to submit proposals for this project should
    obtain documents through the MERX service provider.  Addenda,
    when issued, will be available from the MERX services provider. 
    Firms that elect to base their proposal on documents obtained
    from other sources do so at their own risk and will be solely
    responsible to inform the tender calling authority on their
    intention to bid.  Proponents must indicate (when requested) on
    the offer form the identification number(s) of the addenda, if
    any, that they have taken into consideration for their proposal
    submission.
    
    This PWGSC office provides procurement services to the public in
    English.
    
    
    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)
    • Agreement on Internal Trade (AIT)
    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
    Pillay, Sal (PWY)
    Phone
    (604) 775-9386 ( )
    Fax
    (604) 775-6633
    Address
    800 Burrard Street, 12th floor
    800, rue Burrard, 12e êtage
    Vancouver, British C, V6Z 2V8

    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.

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.