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: 2021-10-26 00:00:00
Canada CanadaBuys

CCGC Library Renovation (EB144-221242/A)

Process Number PW-$PWA-110-6202

Dates:


Publication date:

2021-10-26 00:00:00

Amendment date:

None

Date closing:

2021/11/09 14:00 Atlantic Daylight Time (ADT)

Details:


Region of delivery:

Nova Scotia

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-$PWA-110-6202

Solicitation number:

EB144-221242/A

Description:


Description:

Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: CCGC Library Renovation EB144-221242/A Grant (PWA), Stewart Telephone No. - (782) 640-2592 Fax No. - (902) 496-5016 Public Services and Procurement Canada (PSPC), on behalf of the Canadian Coast Guard College (CCGC) have a requirement to renovate library space at the CCGC located in Sydney, Nova Scotia.See specification for more details. All elements of the work must be completed on or before July 25th, 2022. OPTIONAL SITE VISIT: Due to the nature of the work, the project manager wishes to provide an optional site visit on Wednesday November 3rd, 2021. The work involves connecting to existing work and a site visit may help to identify issues that cannot be seen in drawings. Public health protocols will be followed and interested suppliers are asked to register by emailing Stewart.Grant@pwgsc-tpsgc.gc.ca to obtain an assigned time slot for the site visit. Registration requests must be received no later than Tuesday November 2nd at 12:00 PM ADT to allow sufficient time for scheduling. Safety Attire: In order to be guaranteed access to the site visit all persons should have mandatory masks required by public health. Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site. ENQUIRIES: All inquiries of a technical nature and all questions of a contractural nature are to be submitted to the Contracting Authority: Stewart Grant, stewart.grant@pwgsc-tpsgc.gc.ca, facsimile: (902) 496-5016. Inquiries are to be made in writing and should be received no less than five (5) calendar days prior to the closing date to allow sufficient time to respond. The estimated cost of this procurement is between $1,000,001 to $5,000,000. PLEASE NOTE: This is a 2 Envelope ITT Solicitation. 1. Bidders submit the "mandatory technical" component of their proposal in one section and the proposed price of the services (price proposal) in a second section in accordance with the instructions contained in the proposal documents. 2. The information that Bidders are required to provide is set out in detail in APPENDIX 3 - MANDATORY TECHNICAL QUALIFICATION FORM. B. Bid Opening, Selection and Evaluation Procedure; 1. There will be no Public opening. 2. Bid Opening, Selection and Evaluation Procedure; a. Section One- Qualifications - will be reviewed prior to the price component of the Financial Bid. Section one will be reviewed to evaluate the submittal requirements. Requirements will be evaluated on a Pass or Fail basis. Failure to meet any or all of the mandatory requirement(s) will render the bid non-compliant and no other consideration will be given to the bid. Section Two will not be considered. b. Section Two - Financial Bid-: The Financial Bid will be a two part submission. The bid security component of the Financial Bid will be evaluated against the mandatory requirements, failure to comply with any or all of the mandatory requirement(s) will render the bid non-compliant and no other consideration will be given to the bid. 3. The responsive bid carrying the lowest price will be recommended for contract award. 4. Bid results may be obtained from the Contracting Authority named on the cover page of the Invitation to tender following completed evaluation. APPENDIX 3 - MANDATORY TECHNICAL QUALIFICATION FORM The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. This invitation to tender requires bidders to include a plan for meaningful employment and training opportunities for Indigenous Peoples throughout the duration of the project. Meaningful engagement with Indigenous peoples across Canada is a priority of the federal government and our Departments. PSPC has worked successfully in the past to leverage training opportunities, employment and capacity building for Indigenous peoples and is pleased to continue working collaboratively with Indigenous communities and stakeholders on federal projects. In particular, this project is expected to: - To assist in the development Indigenous workers and businesses that will contribute to the economic development of First Nations communities. - Help stimulate Indigenous employment and business development. - Provide opportunity for Indigenous businesses through sub-contracting and/or joint ventures with the general business community when bidding on tenders. - Build Indigenous capacity by potentially providing on the job training, work experience and mentorship. Bidders are required to provide an engagement outline of their Indigenous Benefits Plan, highlighting the following mandatory criteria: · Identify Indigenous Coordinator - experience/qualifications and anticipated role. · Indigenous Engagement Plan - how does the bidder intend to engage the indigenous workforce and recruitment. · Indigenous skills development plan - how does the bidder and their subcontractors intend to provide skill development for indigenous workers; what expected output does the bidder anticipate towards apprenticeship’s earned for indigenous workers. · Indirect Indigenous benefits - does the bidder anticipate benefits to the indigenous community outside of on-the-job training/skills development including indigenous subcontractors and suppliers. IMPORTANT NOTICE: Due to the COVID-19 situation, all public tender openings are suspended until further notice. Bidders can continue to hand-deliver their tenders, however, please monitor Buyandsell.gc.ca closely as changes to bid closing dates and bid delivery locations may be necessary.Proposals must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified by the date and time indicated on page 1 of the bid solicitation: Bid Receiving: Public Works & Government Services Canada 1713 Bedford Row Halifax, NS B3J 1T3 ePost Connect: TPSGC.RAReceptionSoumissionsNE-ARBidReceivingNS.PWGSC@tpsgc-pwgsc.gc.ca Note: Proposals will not be accepted if e-mailed directly to this email address. This email address is to be used to open an ePost Connect conversation, as detailed in General Instructions, or to send proposals through an ePost Connect message if the proponent is using its own licensing agreement for ePost Connect. This PWGSC Office provides procurement services in English. Recently, Public Services and Procurement Canada (PSPC) launched CanadaBuys (https://canadabuys.canada.ca/en/canadabuys), a new suite of procurement services to help you do business with us. The new services are designed to be easier and quicker to use than ever. To prepare for the transition to CanadaBuys, we encourage you to register your business (https://canadabuys.canada.ca/en/getting-started) through SAP Ariba, our new electronic procurement solution. If you have any trouble getting started on SAP Ariba, the CanadaBuys Service Desk https://canadabuys.canada.ca/en/contact-support) is here to help you. In the last year, we’ve all had to adapt to the new realities of COVID-19. By moving the procurement process online, how we do business will be more efficient, more transparent, and more accessible for all our suppliers. 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:

Grant (PWA) Stewart

Contact email:

susan.collier@pwgsc-tpsgc.gc.ca

Contact phone:

(782) 840-2592 ( )

Contact address:

1713 Bedford Row Halifax, N.S./Halifax, (N.E.) Halifax Nova Scot B3J 1T3

Contact Fax:

(902) 496-5016

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW_PWA.B110.E6202.EBSU000.PDF 000 English 2021-10-26
ABES.PROD.PW_PWA.B110.F6202.EBSU000.PDF 000 French 2021-10-26

Attachments:


File Amendment Number Language Date added
r.098068.402_ccgc_library_modernization.zip Not available Bilingual 2021-10-26