Description |
Defence Construction Canada (DCC) is calling for abbreviated proposals from consulting firms to establish a Standing Offer (SO) to provide “as and when required” the following professional services at multiple locations across Canada:
Develop multiple Safety and Environment Management Systems (SEMS) elements related, but not limited, to Hazard Identification & Risk Assessment, Documentation and Record Keeping, Policy and Leadership, Management of change, Legal and Regulatory Compliance, Audit Management, Communication and Consultation, Management Review and Continuous Improvement, Operational Planning and Control, Safety and integrated safety processes.
Information provided by the Proponents will be evaluated using the established criteria in the RFAP. The objective of this RFAP is to select the proponent with the highest total score.
The SO will be for a period of two (2) years with a maximum estimated value of $ 600,000.00. If mutually agreeable between the Consultant and DCC, the SO may be extended for up to three (3) additional one (1) year period and increased in the order of $1,400,000.00 at any time during the term of the SO, and at DCC’s sole discretion.
This solicitation is being conducted in accordance with the requirements set out in the Canadian Free Trade Agreement (CFTA), Chapter Nineteen of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the World Trade Organization Agreement on Government Procurement (WTO-GPA).
Firms that consider themselves qualified to provide these services are invited to submit their Abbreviated Proposals through the MERX Electronic Bidding System on or before the closing date and time indicated on the Electronic Bidding System.
The selected consultant will be required to hold a valid Designated Organization Screening (DOS) security clearance, issued by the Contract Security Program (CSP) within Public Services and Procurement Canada (PSPC). Details concerning the Security Requirements for this project are identified in the RFAP documents.
Questions regarding this solicitation are to be directed ONLY to the point of contact identified in this advertisement. Proponents who address their questions to anyone other than the point of contact during the solicitation period may, for that reason alone, be disqualified.
Proponents can obtain contract award results from the DCC Website at Contract Activity - Defence Construction Canada (dcc-cdc.gc.ca)
description : Project Manager
Gestionnaire de projetunitOfMeasure : Hourly Ratedescription : Lead Safety Analyst
Analyste de la sécurité principalunitOfMeasure : Hourly Ratedescription : Intermediate Safety Analyst
Analyste de la sécurité intermédiaireunitOfMeasure : Hourly Ratedescription : Database/Tool developer
Développeur de base de données et d'outilsunitOfMeasure : Hourly Ratedescription : Intermediate Database/Tool developer
Développeur de base de données et d'outils intermédiaireunitOfMeasure : Hourly Ratedescription : Total Classification Rate
Taux horaire pondéré totalunitOfMeasure : Hourly Ratedescription : Maximum Upset Fee for call-up No.1 as per GC 5.2.1.2.1
Honoraires maximum pour la commande subséquente No.1 selon CG 5.2.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Halifax, NS as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Halifax, N-É selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Burton, NB as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Burton, N-B selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Borden, ON as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Borden, ON selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Kingston, ON as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Kingston, ON selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Ottawa, ON as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Ottawa, ON selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Petawawa, ON as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Petawawa, ON selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Trenton, ON as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Trenton, ON selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Victoria, BC as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Victoria, C-B selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Comox, BC as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Comox, C-B selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Bagotville, QC as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Bagotville, QC selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to St-Jean-sur-richelieu, QC as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers St-Jean-sur-richelieu, QC selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Valcartier, QC as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Valcartier, QC selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Edmonton, AB as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Edmonton, AB selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Wainwright, AB as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Wainwright, AB selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Maximum Upset Unit Travel Rate to Winnipeg, MB as per GC5.9.1.2.1
Coût unitaire de déplacement maximum vers Winnipeg, MB selon GC5.9.1.2.1unitOfMeasure : Dollardescription : Total Weighted Maximum Upset Unit Travel Rate
Coût unitaire de déplacement maximum pondéré totalunitOfMeasure : DollarBidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.
|