Building Condition Report Services DISO
Solicitation number EZ899-173144/A
Publication date
Closing date and time 2017/12/11 17:00 EST
Description
Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / 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: EZ899-173144/A Title: Building Conditions Report Services DISO Location: Various Locations, BC Work Description: This Statement of Work describes the work required to complete a Building Condition Report. In general, a BCR is an assessment of the condition of the components and recommended actions required to maintain the asset in operating condition during the next 30 years. The BCR covers all components on the site and in the asset organized as follows: •Site related components; •Architectural related components/systems •Heritage components/systems and Character Defining Elements (CDE) where applicable in designated buildings; •Structural components/systems; •Horizontal and vertical transportation; •Mechanical components/systems, and; •Electrical components/systems The VFA software covers all systems on-site and in the asset organized as follows: 1. A - Substructure 2. B - Shell 3. C - Interiors 4. D - Services 5. E - Equipment and Furnishings 6. F - Special Construction and Demolition 7. G - Building Site work The objective of a level 2 Building Condition Report is to investigate various building and site improvement factors including: -Component condition and assessment of remaining life, -Condition of character defining elements for designated heritage buildings, -Equipment obsolescence, -Design problems and deficiencies that adversely affect operation and maintenance activities, -Impact of compliance with Treasury Board Secretariat temperature, humidity and ventilation standards, -Workstation density maximums imposed by design limitations, -Compliance with the latest edition / revision of all applicable standards & codes (including, but not limited to: Health, Fire, Life Safety Codes, National Building Code, Electrical Safety Program -Compliance with local by-laws, -Effective age and remaining economic life of building components (Effective age must consider implications for a designated asset and Character Defining Elements in particular), -Confirmation of regulatory testing, -Functionality/Serviceability Assessment (stand alone task 1 - RS 7.1) -Seismic screening/assessment, (stand alone task 2 - RS 7.2) -Criticality assessments (stand Alone task 3 - RS 7.3) -BCR Gap Analysis (stand alone task 4 - RS 7.4) -FCI Scenario building and BMP cost/project projections (stand alone task 5 - RS 7.5) -AMP reporting using appraisal information provided by PSPC (stand alone task 6 - RS 7.6) -Accessibility Audits (stand alone task 7 - RS 7.7) -Specialty Consulting work outside the specified list (stand alone task 8 - RS 7.8) It is PWGSC's intention to authorize up to five (5) Standing Offers, each for a period of five (5) years from the date of issuing the Standing Offers. The total dollar value of all Standing Offers is estimated to be $4,250,000.00 (Applicable Taxes included). Individual call-ups will vary, up to a maximum of $1,500,000.00 (Applicable Taxes included). Proponents should note that there is no guarantee that the full or any amount of the Standing Offers will be called-up; PWGSC will award call-ups only when the specific services to be provided under the Standing Offer are needed. Please refer to Section SP-5, Call-Up Procedures under the Standing Offer Particulars. Site Visit: There will be no arranged site visit for this tender. Tender Enquiries: Tian Lam, Supply Specialist Telephone No. - (604) 363-7968 E-mail: tian.lam@pwgsc-tpsgc.gc.ca Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Amendments, when issued, will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their bids 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. In all cases, bidders must indicate (when requested) in the space provided on the tender form the identification number(s) of the amendment, if any, that they have taken into consideration for their bid. The 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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lam(TPV), Tian
- Phone
- (604) 363-7968 ( )
- Email
- tian.lam@pwgsc-tpsgc.gc.ca
- Fax
- (604) 775-6633
- Address
-
800 Burrard Street, Room 219Vancouver, B.C., V6Z 0B9
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_TPV.B028.E8221.EBSU000.PDF | 000 |
English
|
104 | |
doing_business_with_pwgsc_pacific_region_nov_2012_en.pdf |
English
|
24 | ||
faire_affaire_avec_tpsgc_region_du_pacifique_nov_2012_fr.pdf |
French
|
0 | ||
ABES.PROD.PW_TPV.B028.F8221.EBSU000.PDF | 000 |
French
|
11 |
Access the Getting started page for details on how to bid, and more.