Third Party Assistance
Solicitation number EN578-140028/A
Publication date
Closing date and time 2013/06/10 14:00 EDT
Last amendment date
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: REQUEST FOR PROPOSAL (RFP) no. EN578-140028 Request for a Third Party Expert Assistance (3PEA) for the National Shipbuilding Procurement Strategy (NSPS) The Contracting Authority for the Contract is: Mohamed Souleiman, Contracting Authority Professional Services Business Initiatives Directorate Public Works and Government Services Canada Place du Portage, Phase III, 10C1 11, Laurier, Gatineau, Québec, Canada, K1A 0S5 Telephone: 819-956-8348 Facsimile: 819-956-2675 E-mail address: Mohamed.Souleiman@pwgsc-tpsgc.gc.ca I. NATURE OF REQUIREMENT Under the National Shipbuilding Procurement Strategy (NSPS), Canada will negotiate and manage several contracts using a phased design and build approach to mitigate risks for the large federal ships. Canada will also conduct competitive procurement for the smaller vessels as well as the repair, refit and maintenance of the federal fleet. Canada has identified certain key areas where the timely transaction advice and related assistance from an independent Third Party Expert would help ensure that Canada achieves the most equitable, effective, and robust contracts possible, which contain acceptable levels of risk and provide value for money. The types of work that could be performed pursuant to a contract issued as a result of a contract resulting from this solicitation could include, but are not necessarily limited to: Assessment of cost proposals related to the implementation of the NSPS and the NSPS projects; Provision of transaction advice and/or professional opinion regarding the implementation of NSPS, and procurement and project management activities; Assistance building and maintaining strategic relationships and the dissemination and implementation of lessons learned; Provision of support to Canada's contract negotiations, including providing advice regarding shipbuilding industry norms; and, Provision of due diligence advice. The work will be conducted within the National Capital Region. The client for this work is the National Shipbuilding Procurement Strategy (NSPS) Secretariat, of PWGSC. The Secretariat will raise tasks on behalf of Canada. Specific conflict of interest provisions are included in this RFP, and will apply in any contract awarded as a result of this solicitation. Bidders are advised that the winning bidder may be required to sign a Non Disclosure Agreement with one or more of the entities working with Canada under the NSPS program (for example, the selected shipyards). II. PERIOD OF CONTRACT The period of the contract will be three (3) years from the date of award with the possibility to extend the period of the contract by up to seven (7) additional one-year (1) periods, under the same terms and conditions. III. BASIS OF SELECTION Lowest Evaluated Price Per Point IV. CERTIFICATIONS Bidders must provide the required certifications and related documentation to be awarded a contract. Canada will declare a bid non-responsive if the required certifications and related documentation are not completed and submitted as requested. Bidders should provide the required certifications and related documentation in Section III of their bid. Compliance with the certifications bidders provide to Canada is subject to verification by Canada during the bid evaluation period (before award of a contract) and after award of a contract. The Contracting Authority will have the right to ask for additional information to verify bidders' compliance with the certifications before award of a contract. The bid will be declared non-responsive if any certification made by the Bidder is untrue, whether made knowingly or unknowingly. Failure to comply with the certifications, to provide the related documentation or to comply with the request of the Contracting Authority for additional information will also render the bid non-responsive. 4.1 Certifications Precedent to Contract Award 4.1.1 Code of Conduct and Certifications - Related Documentation By submitting a bid, the Bidder certifies as per section 01 of Standard Instructions 2003 for himself and his affiliates, to be in compliance with the Code of Conduct and Certifications clause of the Standard instructions. The related documentation therein required will help Canada in confirming that the certifications are true. 4.1.2 Additional Certifications Precedent to Contract Award The certifications included in Attachment 1 to Part 5, Certifications Precedent to Contract Award, should be completed and submitted with the bid, but may be submitted afterwards. If any of these required certifications is not completed and submitted as requested, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive. 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
-
Agreement on Internal Trade (AIT)
-
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
- Souleiman, Mohamed
- Phone
- (819) 956-8348 ( )
- Address
-
PSBID, PWGSC / DIASP,TPSGC
11 Laurier St. / 11, rue Laurier
10C1/Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
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.BK__ZF.B519.E25961.EBSU001.PDF | 001 |
English
|
6 | |
ABES.PROD.BK__ZF.B519.E25961.EBSU000.PDF | 000 |
English
|
33 | |
ABES.PROD.BK__ZF.B519.E25961.EBSU002.PDF | 002 |
English
|
3 | |
ABES.PROD.BK__ZF.B519.E25961.EBSU005.PDF | 005 |
English
|
2 | |
ABES.PROD.BK__ZF.B519.E25961.EBSU003.PDF | 003 |
English
|
2 | |
ABES.PROD.PW__ZF.B519.E25961.EBSU007.PDF | 007 |
English
|
9 | |
ABES.PROD.BK__ZF.B519.E25961.EBSU006.PDF | 006 |
English
|
4 | |
ABES.PROD.BK__ZF.B519.E25961.EBSU004.PDF | 004 |
English
|
2 | |
ABES.PROD.BK__ZF.B519.F25961.EBSU000.PDF | 000 |
French
|
2 | |
ABES.PROD.BK__ZF.B519.F25961.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.BK__ZF.B519.F25961.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW__ZF.B519.F25961.EBSU007.PDF | 007 |
French
|
4 | |
ABES.PROD.BK__ZF.B519.F25961.EBSU005.PDF | 005 |
French
|
0 | |
ABES.PROD.BK__ZF.B519.F25961.EBSU002.PDF | 002 |
French
|
2 | |
ABES.PROD.BK__ZF.B519.F25961.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.BK__ZF.B519.F25961.EBSU006.PDF | 006 |
French
|
1 |
Access the Getting started page for details on how to bid, and more.