Update of existing drawings and specifications - Containment Laboratory (PPC-3)

Solicitation number EE474-170259/A

Publication date

Closing date and time 2016/08/17 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Régis Côté et associés, architectes
    115, Abraham-Martin
    Bureau 500
    Québec Quebec
    Canada
    G1K8N1
    Nature of Requirements: 
    
    EXISTING DRAWINGS AND SPECIFICATION UPDATE
    Plant Pest Containment - Level 3 (PPC-3) Laboratory
    Quebec City (Quebec)
    
    1. Advance Contract Award Notice (ACAN)
    An ACAN is a public notice indicating to the supplier community that a department or agencyintends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    
    2. Definition of the requirement
    Public Works and Government Services Canada (PWGSC), on behalf of Natural Resources Canada (NRCan), requires the services of an architectural firm for the planning of the construction of a Plant Pest Containment laboratory PPC-3  at the Laurentian Forestry Centre (LFC) in Quebec City.
    
    A PPC-level 3 laboratory is a containment facility handling potentially dangerous pathogens for staff. This type of lab must meet strict physical and operational standards issued by the Canadian Food Inspection Agency (CFIA), the North American Organization for Plant Protection Organization (NAPPO) and other agencies and must be certified by the CFIA before it can be used.
    
    PWGSC seek the assistance of an architectural firm to undertake the updating of the drawings and specifications produced in 2010 and to obtain construction work supervision services and other related services.
    
    More precisely and not limited to, the required services are:
    a) Update of requirements outlined in the functional working plan produced in January 2010.
    b)Update of the drawings and specifications for tender issued in November 2010
    c) Updating of estimated construction costs
    d) Establishment of a revised work schedule
    e) Translation of the drawings and specifications
    f) Support durant l'appel d'offres
    g) Construction work supervision
    h) Technical assistance during the verification and performance testing for the accreditation of the laboratory as a PPC-3 containment facility by the CFIA.
    
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: 
    
    A - General Requirements:
    A-1a The consultant must be an architectural firm authorized topractice in the province of Quebec
    A-1b The consultant must be able to appoint competent engineering firms for the execution of specialized services required to complete this mandate.
    
    
    A-2.Experience of the architecture project manager:
    
    A-2.a. The project manager must be an architect member of the Ordre des architectes du Québec and have a complete design experience of a PPC-3 laboratory in accordance to the CFIA standards, experience acquired within the last seven (7) years.
    A-2b. The projectmanager must have have completed the design of at least one BioSafety Level 3 (BSL 3) laboratory within the last ten (10) years.
    A-2.c The project manager must have at least ten (10) years of experience as a project manager in architecture projects.
    A-2.d. The project manager must have been an employee of the firm for at least the past three (3) years continuously.
    A-2.e. The project manager must be the principal designer assigned to the project.
    
    
    A-3. Design team of the architectural firm :
    
    A-3.a. A team member assigned to that mandate, other than the Project Manager, must have actively been involved in the design of a PPC-3 laboratory according to CFIA standards within the previous seven (7) years.
    A-3.b. This person must have been an employee of the firm for at least the past three (3) years continuously.
    A-3c. The architectural firm must have enough staff in its design team in order to ensure that in the event of incapacity by one of the resources, services will still be accomplished without any negative impact on the costs, delays and deliverables.
    
    
    B - Requirements for the engineering sub-consultants:
    
    B-1. Experience of the project manager in mechanical-electrical engineering :
    
    B-1. a. The mechanical-electrical project manager must be an engineer member of the Ordre des ingénieurs du Québec and have a complete design experience in ventilation systems, heating, cooling and plumbing of a PPC-3 laboratory according to the CFIA's standards, experience gained within the last seven (7) years.
    B-1b. The mechanical-electrical project manager must have at least five (5) years of experience as an engineering project manager.
    B-1. c. This person must  have been an employee of the firm for at least the past three (3) years continuously.
    B-1d. A previous BioSafety level 3 (BSL3) laboratory design and construction experience will be considered an asset.
    
    
    
    B-2. Design team of the engineering firm:
    
    B-2.a. The project manager must be the principal mechanical engineering designerassigned to the services.
    B-2b. The engineering firm must have enough staff in its design team in order to ensure that in the event of incapacity by one of the resources, services will still be accomplished without any negative impact on the costs,delays and deliverables.
    
    
    4. Applicability of the trade agreement(s) to the procurement 
    This procurement is subject to the following trade agreements:
    - World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    - North American Free Trade Agreement (NAFTA)
    
    
    5. Justification for the Pre-Identified Supplier
    The services consist of an update to existing drawings and specifications that were produced in 2010 by the consultant identified in this notice. An architect other than the ones involved in the 2010 mandate could not affix their professional seal on the work of an unsupervised third party, so whole design would need to be redone. We believe redoing the entire desing would require a lot more time than updating existing documents and this would also add additional costs for Canada.
    
    Note that in the event PWGSC receives a statement of capabilities meeting all the minimum requirements, a competitive request for proposal would be launched. In such cases, Canada will not beheld responsible for the advantage, real or perceived, that could have the consultant identified in this notice against any other potential bidders.
    
    
    6. Government Contracts Regulations Exception 
    The following exception to the Government ContractsRegulations is invoked for this procurement under subsection 6 (c) - " the nature of the work is such that it would not be in the public interest to solicit bids". 
    
    
    7. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limitedtendering reasons are invoked under the 
    - World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XIII 1.c).
    - North American Free Trade Agreement (NAFTA) - Article 1016 2.d) 
    
    
    8. Ownership of Intellectual Property 
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    
    9. Period of the proposed contract or delivery date 
    The contract period is from the award date to March 31, 2018.
    The drawings and specification update services must be completed within a 50 days period after contract award.
    
    
    10. Cost estimate of the proposed contract 
    The estimated value of the contract, including options, is about $200,000 (excluding applicable taxes). 
    
    
    11. Name and address of the pre-identified supplier 
    Régis Côté et associés, architectes
    115, Abraham-Martin, Bureau 500
    Québec (Québec)
    G1K 8N1
    
    
    12. Suppliers' right to submit a statement of capabilities 
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in paragraph 14 on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    
    13. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is identified on this notice first page.
    
    
    14. Inquiries and statements of capabilities are to be directed to: 
    François Thellend
    Telephone : 418-649-2889
    Fax : 418-648-2209
    Email : francois.thellend@tpsgc-pwgsc.gc.ca
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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-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
    Thellend, François
    Phone
    (418) 649-2889 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: