Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-17 00:00:00
Canada CanadaBuys

PMSS - Project Manager Support Services (EP758-210388/A)

Process Number PW-$$FK-326-80585

Dates:


Publication date:

2021-11-17 00:00:00

Amendment date:

None

Date closing:

2022/01/11 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

National Capital Region

End user entity:

Public Works and Government Services Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$$FK-326-80585

Solicitation number:

EP758-210388/A

Description:


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: ** CERTIFICATION COVID-19 VACCINATION REQUIRED INTO THE BID SOLICITATION ON ITS CLOSING DATE ** Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive IMPORTANT NOTICE TO BIDDERS: A fairness monitor has been engaged to support the procurement process, and will provide written reports to the Departmental Oversight Branch (DOB), in accordance with the statement of work included in the fairness monitor's contract, attesting to the fairness of the procurement process. _______________________ REQUIREMENT DESCRIPTION The Project Management and Delivery (PMD) Sector of the Science and Parliamentary Infrastructure Branch (SPIB) requires Project Management Support Services (PMSS) to be provided by highly experienced service providers in the field of project leadership, project management, and project administration. The mandate would consist in assisting the PMD Sector with the day-to-day project management duties during the planning, design, and implementation stages of its Program of Work. This Program of work includes the project inception/identification stages of future major projects for the rehabilitation of the Parliamentary Precinct, West Sector; as well as the project inception to delivery stages for the Recapitalization and Building Components and Connectivity programs of the Parliamentary Precinct, the renovation and fit-up of other buildings to provide interim accommodation for members of Parliament, as well as the implementation of the Energy Services Acquisition Program’s (ESAP) User Building Conversion Program (UBCP) within the Parliamentary Precinct. The Contractor must provide a full range of administrative, managerial, professional project management, project leadership, and technical expertise required to deliver this Program of Work. As the Program of Work progresses, the level of effort for service requirements may vary in accordance with the needs of PSPC. Required support to PSPC, in the various Project Management Services Stream (Real Property) have been identified in the RFP to include the 4 resources categories with their descriptions, tasks and responsibilities, and request expertise levels (junior/intermediate/senior), relevant experiences, relevant educations, and professional certifications. A Flexible Grid will be a tool used in the solicitation for each of the resource categories to help to indicate the minimum level of points required to qualify for each level of expertise. Various points will be given for relevant education, professional certification and relevant experience. PROPOSED PERIOD OF CONTRACT It is intended to result in the award up to three (3) Contracts which will be valid for 4 years. REQUIRED RESOURCE CATEGORIES Project Management Team Leader for Real Property,Senior Project Manager for Real Property, Senior Project Manager for Real Property, Intermediate Project Administrator for Real Property, Intermediate For a total of 28 resources SECURITY REQUIREMENT Company Minimum Security Level Required: Facility Security Clearance, Secret Resource Minimum Security Level Required: Secret EVALUATION PROCEDURES AND BASIS OF SELECTION - The Phased Bid Compliance Process applies to this requirement. - Technical evaluation - Financial evaluation BASIS OF SELECTION The basis of selection is the highest combined rating of Technical Merit (70%), Price (25%) and Indigenous Participation Plan (IPP) (5%). To be declared responsive, a bid must: (a) comply with all the requirements of the bid solicitation; (b) meet all the mandatory technical evaluation criteria; (c) obtain the required minimum number of points for the Point Rated Technical Criteria The responsive bid with the highest combined score of technical merit, price and Indigenous Participation Plan (IPP) will be recommended for award of Contract /001. The responsive bid with the second highest combined score of technical merit, price and Indigenous Participation Plan (IPP) will be recommended for award of Contract /002. The responsive bid with the third highest combined score of technical merit, price and Indigenous Participation Plan (IPP) will be recommended for award of Contract /003. ENQUIRIES All enquiries are to be submitted to the Contractual Authority: Meriem Nicastro by email at: Meriem.nicastro@tpsgc-pwgsc.gc.ca Enquiries are to be made in writing and must be received no less than seven (7) calendar days prior to the solicitation closing date to allow sufficient time to respond. BID DOCUMENTS Firms intending to submit bids on this project should obtain bid documents through the Government Electronic Tendering Service at http://Buyandsell.gc.ca/tenders. Amendments, when issued, will be available from the same government electronic tendering service. Firms that elect to base their bids on bid documents obtained from other sources do so at their own risk and will be solely responsible to inform the bid calling authority of their intention to bid. BID RECEIVING Bids can be submitted by using the epost Connect service provided by Canada Post Corporation. The only acceptable email address to use with epost Connect for responses to bid solicitations issued by PWGSC is: tpsgc.dgareceptiondessoumissions-abbidReceiving.pwgsc@tpsgc-pwgsc.gc.ca Facsimile number: 819-997-9776 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.

Contact information:


Contact name:

Nicastro, Meriem

Contact email:

Meriem.Nicastro@tpsgc-pwgsc.gc.ca

Contact phone:

(343) 574-2648 ( )

Contact address:

L'Esplanade Laurier, East Tower 4th Floor L'Esplanade Laurier, Tour est 4e étage 140 O'Connor, Street Ottawa Ontario K1A 0R5

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW__FK.B326.E80585.EBSU000.PDF 000 English 2021-11-17
ABES.PROD.PW__FK.B326.F80585.EBSU000.PDF 000 French 2021-11-17