Rock Bay Remediation Proj. Stage 3

Solicitation number EZ899-142200/B

Publication date

Closing date and time 2014/04/17 17:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Solicitation No:   EZ899-142200/B
    Contracting Authority: Liu, Patty
    Telephone No. - (604) 775-6227 
    Fax No. - (604) 775-6633
    
    Title: 
    
    Rock Bay Remediation Project Stage 3
    
    Location: 
    
    Victoria, BC
    
    Work Description:
    
    Public Works and Government Services Canada (PWGSC) is inviting
    qualified Turnkey (Design-Build) Proponents to remediate the
    Rock Bay Site at Victoria, BC.
    
    The objective of this Request For Proposal (RFP) is to retain an
    individual Contractor or Joint
    Venture to provide the complete design-build (turnkey) work for
    the remediation of soil groundwater, and sediment at the Rock
    Bay Site.  Utilizing a turnkey service deliver 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 the excavation and associated
    cofferdam and shoring support, including transport and treatment
    and disposal of excavated material, backfilling, and outfall
    diversion.  The work requires design and execution for multiple
    disciplines, and will require detailed project management,
    including monthly cash flow and detailed forecasting.
    
    Mandatory Proponent's Conference and Mandatory Site Visit
    
    The proponent's conference and site visit for this project is
    MANDATORY.  The representative(s) 	of the Proponent will be
    required to sign the attendance sheet at the proponent's
    conference and site visit.  Proposals submitted by Proponents
    who have not signed the attendance sheet for the proponent's
    conference and site visit will not be accepted.
    
    The Proponent and/or representative of the Proponent must attend
    the proponent's conference.  	The proponent's conference will be
    held at the PWGSC Victoria Office Boardroom, Room 402, 1230
    Government Street, Victoria, BC on April 10, 2014.  The
    conference will begin at 10:00 PDST.  The scope of the
    requirement outlined in the RFP will be reviewed during the
    conference and questions will be answered. 
    
    Proponent and/or a representative of the Proponent must visit
    the work site. Arrangements have been made for the site visit to
    be held on April 10, 2014 1300 PDST at the Rock Bay Site. 
    Interested Proponents will be provided with instructions on how
    to get to the Rock Bay Site at the Proponent's conference. 
    
    Proponents are responsible for making their own travel
    arrangements.
    
    Proponents should wear personal protective equipment (such as: 
    hardhat, high visibility vest, work boots) to the mandatory site
    visit.
    
    Proponents are requested to communicate with the Contracting
    Authority before the conference and site visit to confirm
    attendance. Proponents should provide, in writing, to the
    Contracting Authority, the names of the person(s) who will be
    attending and a list of issues they wish to table at least three
    (3) calendar days before the scheduled conference and site
    visit.  
    
    Any clarifications or changes to the RFP resulting from the
    mandatory proponent's conference and site visit will be included
    as an amendment/addendum to the RFP. Submissions provided by
    Proponents who did not attend will be excluded from the RFP
    process.
    
    Interested contractors, please contact the Contracting
    Authority, Patty Liu (604) 775-6227 	or patty.liu@pwgsc.gc.ca
    prior to the conference and site visit.
    
    Overview of Selection Procedure:
    
    The proposal submission itself shall be comprised of two parts,
    Part 1 - Technical Component and Part 2 - Price Component.
    
    Part 1:  Technical Component 
    - Must contain all the material necessary to fully represent the
    technical content of the proposal called for in the RFP document
    in a concise, comprehensive manner.
    
    Part 2:  Price Component
    - Contains the price proposal to perform all the proposed
    services. 
    
    Determination of Successful Proposal:
    
    To be considered responsive, a submission must:
    (a)  Comply with all of the requirements of the RFP
    (b)  Meet all of the mandatory requirements of the RFP; and
    (c)  Obtain the required minimum of 60 points for the Evaluation
    Criteria specified in this RFP, which are subject to point
    rating.  The technical rating is performed on a scale of 100
    points.
    
    Proponents not meeting (a) or (b) or (c) above will be declared
    non-responsive.  
    
    Price Evaluation:
    
    Price Proposal envelopes corresponding to responsive proposals
    which have achieved the minimum pass mark of sixty (60) points
    are opened upon completion of the technical evaluation. The sum
    of all price proposals is divided by the number of proposals to
    determine an average price. 
    
    Total Score:
    
    The total overall score (Total Score) assigned to each
    Proponent's complete proposal is calculated as the aggregate of:
    
    (1)	the Technical Score (40%) and; 
    (2)	the Price Score (60%).
    
    The Proponent receiving the highest Total Score will be
    recommended for contract award.
    
    Delivery: 
    
    Mobilization must occur no earlier than: April 1, 2014
    Cofferdam Installation must start no earlier than: July 1, 2014
    In water work must occur as per schedule requirements of the
    Fisheries Permit
    Site work must reach final completion no later than November 30,
    2015
    Treatment work must reach final completion no later than January
    30, 2016
    All work must reach final completion no later than February 15,
    2016. 
    
    Canada's Trade Agreements:
    
    This procurement is subject to the provisions of the Agreement
    on Internal Trade (AIT), the Canada-Chile Free Trade Agreement
    (CCFTA), and the Canada-Columbia Free Trade Agreement.
    
    In accordance with Annex 1001.1b-3 Section B - Excluded Coverage
     Schedule of Canada, this requirement is exempt from NAFTA.
    
    In accordance with Appendix 1, Annex 5 Canada Construction
    Services, this requirement is exempt from WTO-AGP.
    
    Value of Project:
    
    Estimated cost is expected to be between $30,000,000.00 and
    $35,000,000.00, excluding applicable taxes.
    
    Enquiries:  
    
    Patty Liu, Supply Specialist 
    Tel: (604) 775-6227
    Fax:  (604) 775-6633
    Email:  patty.liu@pwgsc.gc.ca
    
    
    Firms intending to submit proposals on this project should
    obtain tender (solicitation) documents through
    Buyandsell.gc.ca/tenders. Addenda, when issued will be available
    from Buyandsell.gc.ca/tenders. Firms that elect to base their
    proposals on tender (solicitation) documents obtained from other
    sources do so at their own risk and will be solely responsible
    to inform the tender calling authority of their intention to
    bid. 
    
    This procurement 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)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • 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
    Liu (PWY), Patty
    Phone
    (604) 775-6227 ( )
    Fax
    (604) 775-6633
    Address
    800 Burrard Street, Room 219
    800, rue Burrard, pièce 219
    Vancouver, British C, V6Z 0B9

    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.

    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
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: