Architectural Services, Correctional and Non Correctional
Standing Offer

Solicitation number EZ899-212319/A

Publication date

Closing date and time 2021/08/10 17:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    EZ899-212319/A
    LY, Ronny (TPV)
    Telephone No. - (604) 318-5750
    E-mail: ronny.ly@pwgsc.gc.ca
    
    Title: Architectural Services, Correctional and Non Correctional
    Standing Offer
    
    Location:  Zone A: Correctional Building Projects in British Columbia
        Zone B: Non-Correctional Building Projects in BC & Yukon
    
    Due to the impacts of the COVID-19 pandemic and to encourage physical distancing, the bid receiving unit in Vancouver will remain open but with limited staff and limited hours: Monday to Friday, from 10:30 am to 2:30 pm (Pacific Daylight Time). 
    
    This RFSO allows Offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offer electronically. Offerors must refer to GI10, Submission of Offer, and SRE 2, Offer Requirements, for further information. 
    
    Work Description: 
    Public Works and Government Services Canada (PWGSC) is inviting firms with Architectural expertise to submit proposals for Standing Offers. This procurement will follow a one phase submission process. The selected consultants shall provide a range of investigation and recommendation reports, as well as design and construction services for federal building projects as identified in the Required Services section of this document for projects in the following zones:
    
     Zone A: Correctional Building Projects in British Columbia
     Zone B: Non-Correctional Building Projects in BC & Yukon
    
    Offerors may submit proposals for either one zone or both zones in separate packages.
    
    It is PSPC's intention to authorize up to two (2) Standing Offers for Zone A and up to three (3) Standing Offers for Zone B, each for a period of three (3) years from the date of issuing the Standing Offers plus two (2) twelve month option periods.  The total dollar value of all Standing Offers is estimated to be $10,500,000.00 (Applicable Taxes included) of which one third will be allotted to Zone A projects and two thirds to Zone B projects. Individual call-ups will vary, up to a maximum of $2,000,000.00 (Applicable Taxes included). Offerors should note that there is no guarantee that the full or any amount of the Standing Offers will be called-up; PSPC will issue call-ups only when the specific services to be provided under the Standing Offer are needed.
    
    This procurement is subject to the provisions of the World Trade Organization - Agreement on Government Procurement (WTO-AGP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA)
    
    Period of the Standing Offer:
    The period for placing call-ups against the Standing Offer shall be for three (3) years commencing from the start date identified on the Standing Offer.
    
    If the Standing Offer is authorized for use beyond the initial period, the Consultant offers to extend its offer for an additional two (2) twelve month period under the same conditions and at the rates or prices specified in the Standing Offer.
    
    The Consultant will be advised of the decision to authorize the use of the Standing Offer for an extended period by the Contracting Authority thirty (30) days before the expiry of the Standing Offer. A revision to the Standing Offer will be issued by the Contracting Authority.
    
    Requirements: 
    Offerors shall be licensed or eligible to be licensed to practise in the province of British Columbia for Zone A and British Columbia and Yukon for Zone B.  If an Offeror is licensed to practise in only one of the provinces or territories, then that offeror must be eligible and willing to be licensed in the province or territory in which they are not licensed. Firms should be able to demonstrate successful delivery of these services for a broad variety of projects within the last ten (10) 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.
    
    Enquiries:
    Ronny Ly, Supply Specialist 
    Tel: (604) 604-318-5750
    Email:  ronny.ly@pwgsc.gc.ca
    
    Firms intending to submit proposals on this project should obtain documents through Buyandsell.gc.ca/tenders.  Addenda, when issued will be available from Buyandsell.gc.ca/tenders. 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 of their intention to bid.  In all cases, Proponents must indicate (when requested) in the space provided on the tender form the identification number (s) of the addenda, if any, that they have taken into consideration for their 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.
    
    
    
    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.

    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
    Ly, Ronny(TPV)
    Phone
    (604) 318-5750 ( )
    Email
    ronny.ly@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-6633
    Address
    800 Burrard Street, Room 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    004
    English
    30
    004
    French
    3
    003
    English
    25
    003
    French
    3
    002
    English
    22
    002
    French
    5
    001
    English
    33
    001
    French
    7
    000
    English
    72
    English
    26
    French
    2
    000
    French
    14

    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
    ,
    Yukon
    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: