530 Tremblay Road Project

Solicitation number EP008-201794/A

Publication date

Closing date and time 2020/01/24 17:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    530 Tremblay Road Project
    
    EP008-201794/A
    
    Navarro-Ocampo, Maria
    Telephone No. - (604) 318-3684
    Fax No. - (604) 775-7526
    maria.navarro-ocampo@pwgsc-tpsgc.gc.ca
    
    
    This Notice of Proposed Procurement (NPP) is to inform you that the following suppliers from the P3 Advisory Services Supply Arrangement (series number EZ156-170002/006/VAN to EZ156-170002/010/VAN) are being invited to participate in a solicitation against the above noted Supply Arrangement:
    1) Deloitte 
    2) Ernst & Young
    3) KPMG
    4) P3 Advisors
    5) PricewaterhouseCoopers
    
    
    Summary of the Requirement
    
    Public Services and Procurement Canada (PSPC), is seeking a Financial Advisor (FA) to obtain advice and services to assist PSPC in: developing a sound and competitive staged procurement process for the potential selection of a Contractor to develop, construct, manage and operate Carbon Neutral Ready buildings to be located in a campus setting on a portion of the land known as 530 Tremblay Road (the Project); and, providing advice and support to PSPC in monitoring and assessing the performance of the Contractor. The FA must provide advice and services to PSPC in specific areas relating to the financial aspects of the procurement process including drafting services for and during the procurement process, with an option to continue into the construction period of the Project. 
    
    The 530 Tremblay Road site was acquired by Public Works and Government Services Canada, also known as PSPC, in 2009 with the intent of building a federal employment node east of the Ottawa central business district. The site currently sits vacant. PSPC has undertaken urban planning studies that identified the site as having potential to become a transit-oriented mixed-use community with office, commercial, retail and residential areas. 
    
    PSPC has identified sufficient client program demand to make the eastern node viable, but only a portion of the land is needed. The potential requirement for the Project is for 150,000m2 rentable of general purpose office space with associated requirements for site parking and pedestrian bridge crossing over Highway 417.
    
    This contract with Task Authorization (CTA) requires the services of a FA to provide various financial and procurement advisory services to PSPC in support of procurement, approval and delivery of the Project. 
    
    The duration of the FA contract is dependent on the selection of either the Lease Tender Call or Request for Qualifications / Request for Procurement processes. The Project duration is anticipated to be approximately 8 years, from 2019 to 2027. The initial mandatory fixed price contract period will be from the FA contract award date (anticipated in December 2019) to the Project financial close anticipated in Fall 2021. The FA engagement for the construction period, anticipated between 2021 and 2027, is optional and at the discretion of the Client.
    
    
    There is a security requirement associated to this requirement.
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    This bid solicitation is to establish a contract with task authorizations for the delivery of the requirement detailed in the bid solicitation to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside the resulting contract.
    
    If you are interested in the P3 Advisory Services Supply Arrangement, please refer to the Request for Supply Arrangement solicitation that is currently posted on Buy and Sell. This is a perpetual posting and will remain open for the duration of this Supply Arrangement. 
    
    
    Delivery Date: Above-mentioned
    
    Canada 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.

    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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Navarro-Ocampo, Maria
    Phone
    (604) 318-3684 ( )
    Email
    maria.navarro-ocampo@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-7526
    Address
    219 - 800 Burrard Street
    800, rue Burrard, pièce 219
    Vancouver, BC, 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
    003
    English
    13
    003
    French
    6
    002
    English
    18
    002
    French
    3
    001
    English
    21
    001
    French
    0
    000
    English
    39
    000
    French
    8

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: