Canada - Professional Services: Addition of a linear accelerator (S637) and a CT scanner SIM-CT
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 08 January 2021
- Opportunity publication date
- 01 December 2020
- Value of contract
- to be confirmed
- Your guide to exporting
Description
PROJECT TITLE :
Addition of a linear accelerator (S637) and a SIM-CT CT scanner
Project No. :
063937 (A/O 2021-4222)
Establishment :
ESTRIE CIUSSSES - CHUS
Installation covered by the work :
Fleurimont Hospital, 3001, 12 th Avenue North, Sherbrooke, J1H 5N4
PUBLIC TENDER
PROFESSIONAL SERVICES
The Project Manager shall proceed with a public tender for professional services to carry out construction work for the project mentioned in title.
The Project Manager's tender documents are available through the OESC electronic tendering system.
The successful bidders will be mandated to perform the professional services described in the document entitled "Description of Mandate".
Tenderers must submit a tender for the following speciality or specialties:
X Architecture
X Mechanical and electrical building engineering Civil building engineering
Soil and materials engineering
In addition, all bidders must comply with the requirements contained in the tender documents listed in the list of documents provided.
Virtual information visit: Thursday 10 December at 13.30 hrs,
During the bidding period, the Project Manager will organize a virtual information tour with the TEAMS application. You must pre-register before December 8 at 13:30 at the following email address: francois.leclerc.ciussse-chus@ssss.gouv.qc.ca.
During this visit, representatives of the Project Manager will answer bidders' questions. All bidders, contractors and subcontractors will be considered to have visited the site and no claim for lack of knowledge of the site can be submitted or accepted.
Only bidders with a business office in Quebec or in a province or territory covered by the applicable agreements are eligible to submit an offer of services.
A bidder registered in the Register of Enterprises Ineligible for Public Contracts (RENA) and whose period of ineligibility for public contracts has not ended is not eligible to submit a bid for services.
Bidders will be selected based on the recommendations of a selection committee using the evaluation criteria described in the tender documents.
Tenders for services must be submitted BEFORE 14:00 on Friday, January 8, 2021, local time of the place of submission to the Project Manager for the attention of the Secretary of the Selection Committee at the following address:
500 Murray Street (Room 0221) Sherbrooke (Qc) J1G 2K6
On expiry of the time limit set for the receipt of tenders for services, the public opening of tenders (disclosure of tenderers' names only) will take place on the following date and at the following place :
Date:
January 8, 2021
Current local time :
14 :00
Location:
CIUSSSSS de l'Estrie - CHUS
Address :
500 Murray Street (Room 0215)
City :
Sherbrooke (Qc) J1G 2K6
Phone:
(819) 346-1110 ext: 21242
The Project Manager does not undertake to accept any of the offers received.
Information request :
Bidders who wish to receive information or clarification regarding the call for tenders must do so in writing and no later than three (3) working days before the deadline for receipt of bids.
All requests must be sent to the following person, indicating the public call for tenders number and project title (No. 063793 - Addition of a linear accelerator (S637) and a SIM-CT CT scanner (S607-4), radio-oncology level 0, wing 6 AOP 2021-4222):
Contact: François Leclerc Tel: (819) 346-1110, ext: 21202
Email address: francois.leclerc.ciussse-chus@ssss.gouv.qc.ca
Address: 500 Murray Street, Suite 0223, Sherbrooke, Quebec J1G 2K6
Complaint Management Procedure
Pursuant to section 21.0.3 of the Act respecting contracts of public bodies (RLRQ, c. C-65.1), the Project Manager has adopted a Complaint Management Procedure, which is available on its website at the following address: https://www.santeestrie.qc.ca/ciusss/fournisseurs/.
The Bidder or any Person having an interest within the meaning of the Act may make a complaint to the Project Manager with respect to this Request for Proposal. The conditions for opening a complaint as well as the procedure to follow to file a complaint can be found in the Complaint Management Procedure of ICSUSS Estrie - CHUS. By signing the Submission Form, the bidder acknowledges that it has read the Complaints Management Procedure of the ICSUSS Estrie - CHUS and undertakes to respect it at all times.
Please note that the deadline for receipt of bids set out in the "Receipt of Bids" section may be extended, particularly in the event of receipt of a complaint concerning this Call for Bids, in accordance with the Act to Promote the Supervision of Contracts of Public Bodies and Establish the Autorité des marchés publics (S.Q. 2017, c. 27).
The complaint form is available at the following address: https://www.amp.gouv.qc.ca/porter-plainte/plainte-organisme-public/.
PROJECT NO: 063937
Addition of linear accelerator (S637) and SIM-CT CT scanner (S607-4), radiation oncology
level 0, wing 6- Installation: Fleurimont Hospital
A/O: 2021-4222
1. PROBABLE DATE OF COMMENCEMENT OF THE TERM OF OFFICE
March 2021
2. INSURANCE
The amount of insurance required in the service tender documents is :
(a) for professional liability: $2,000,000;
(b) general liability insurance: $2,000,000.
3. QUALITY MANAGEMENT
3.1 Quality system
In cases where ISO 9001: 2008 accreditation does not apply to a planned speciality
in the call for tenders, the bidder must describe the quality system used to
the normal conduct of its business, in accordance with the prescribed requirements and procedures; and
to the offer of service form.
3.2 ISO 9001: 2008 Accreditation
3.2.1 Under this RFP, ISO accreditation is :
Required for the following specialties: architecture
mechanical and electrical engineering of the
building civil engineering
materials engineering
Not required under this call for tenders
Where ISO 9001: 2008 accreditation is required, the tender for services
is intended exclusively for tenderers who are holders, at the time of the
closing of the call for tenders for services, an ISO 9001 registration certificate:
2008 registration certificate issued by a registrar accredited by the Standards Council of Canada, or
by an accreditation body recognized by it, whereby the
tenderer concerned has a quality system that covers the
specialty(ies) described above.
This requirement is an essential condition for the conformity of the
services. The requirement to hold an ISO registration certificate applies to
With respect to any Bidder or at least one (1) member of the
consortium.
3.2.2 Copy of certificate
Bidders must submit a copy of the registration certificate.
ISO 9001: 2008 with their range of services.
4. ADDITIONAL INSTRUCTIONS ON THE SERVICE OFFER
4.1. Amendment to I-1010-6 "Instructions to Bidders" as follows :
- Replace paragraph 2.1 with the following: "In the case of a call for tenders
public, the bidder must have its business office in Quebec or in the province of Quebec.
a province or territory covered by the applicable agreements. »
- Replace paragraph 2.2 with the following: "The Bidder must have the
qualifications, authorizations, permits, licences, registrations, permits, registrations, permits, licences, registrations, permits, licences, registrations
certificates, accreditations and the necessary attestations described in the
tender documents".
- Add the following paragraph 2.7: "The Bidder must meet all of the following requirements
other eligibility requirements set out in the tender documents. »
- Add the following points to paragraph 7 "DOCUMENT REQUIRED" :
(e) the "Authorization to Sign" form (Schedule 2)
(f) the form "Declaration Respecting Lobbying Activities" (Schedule 5).
- Replace paragraph 8.4 with the following: "The Respondent shall submit
the original identified for this purpose of its offer of services as well as three (3) copies
in accordance with the latter. An electronic copy (pdf version) must also be
back on a flash drive."
- Paragraph 18.2.7 "Proximity to the place where the work is to be carried out" will not be
considered for firm selection.
4.2 Evaluation criteria
This section specifies, for each of the evaluation criteria, the elements of quality
required to achieve an acceptable level of performance. Details of the elements
evaluated can be found in the service offering document OS-1030.
For each criterion in the evaluation and weighting grid, the Bidder will be given
award a mark by the selection committee. The score will be based on the quality and
appropriateness of the information presented according to the following guide :
Percentage of the maximum score for the criterion
Perfect 100% Which substantially exceeds, on all elements, the
level of quality required.
Exceptional 90% Which exceeds, for most elements, the level of
acceptable quality.
More than
satisfying
80% Which exceeds, for some elements, the level of
acceptable quality.
Acceptable 70% Which meets the acceptable quality level in all respects
wanted.
Insufficient or
inadequate
30% Which does not reach, for some important elements, the
level of quality required.
Unacceptable 0% Which does not meet, for most items
important, the acceptable level of quality.
The selection committee will be able to give a mark that falls within the above-mentioned ranges.
Criterion 1: Applicant's profile and organization
Acceptable level of performance :
The firm must demonstrate continuity between the services offered and the type of
clientele it serves in relation to the needs of this call for tenders;
The firm must demonstrate the availability of human resources for the present
call for tenders;
The firm must present a lead team;
The firm must submit a backup team
Criterion 2: Bidder's experience and performance
Acceptable level of performance :
The firm must demonstrate that it has the necessary experience and expertise with respect to
of the requirements of this call for tenders;
Criterion 3: Understanding of Terms of Reference, Project Specifics, Methodology and Work Plan
Acceptable level of performance :
The firm must demonstrate a general understanding of the scope of the mandate that
is relevant and sufficient to ensure the achievement of the mandate;
The firm must identify potential problems that could arise in the
framework for the execution of the mandate as well as the means of control;
The firm must demonstrate an understanding of all user needs.
of the sector targeted by the work;
The firm must demonstrate a general understanding of the procedures
administrative procedures specific to the public institutional sector that is relevant and
sufficient to ensure that the project is carried out;
The firm must demonstrate an understanding of the particularities of the community's needs.
s Health Strategy that is relevant and sufficient to ensure the fulfillment of the mandate;
The firm clearly defines the added value it brings to the project, and this added value is
relevant to the project;
Criterion 4: Bidder's Quality System
Acceptable level of performance :
The firm must demonstrate that its quality approach meets the requirements of the
tender documents;
Criterion 5: Experience of the Project Authority
Acceptable level of performance :
The Project Authority has demonstrated an approach and knowledge related to the
management and monitoring of schedules;
The Project Authority has demonstrated an approach and knowledge of the
management and monitoring of budgets;
The proposed Project Authority has demonstrated the ability to deliver a project
in an environment similar to the one targeted by the call for tenders;
The proposed Project Authority has already completed at least one (1) project in the
Health in Quebec;
The Project Authority has already completed one (1) project in a busy area requiring
impact mitigation measures for clients;
The successor Project Manager is a resource comparable to the Project Manager.
proposed;
Criterion 6: Experience of the Project Team
Acceptable level of performance :
The proposed project team (Lead Designer, Lead Designer
additional, supervisor, other members,...) has demonstrated experience
sufficient in the realisation of similar projects;
The additional lead designer is a resource comparable to the
proposed lead designer;
The lead designer has already completed at least one (1) project in the area of
public institution;
The proposed Site Supervisor has demonstrated the ability to monitor
work in a similar environment;
1 PROJECT DESCRIPTION
1.1 PRESENTATION AND SCOPE
1.1.1 The Centre hospitalier universitaire de Sherbrooke (CIUSSS DE
L'ESTRIE - CHUS) is initiating a project to add a
High energy linear accelerator and addition of a CT scanner
SIM-CT in the radio-oncology sector in the basement of wing 6.
1.1.2 The construction work will be carried out in a single phase, by
maintaining radiation oncology activities for the duration of the
project.
1.1.3 Two interim type approvals will be required to install the SIM-CT
quickly.
1.1.4 The total area affected by the redevelopments is +/- 110 m².
1.1.5 Linear Accelerator Installation Requires Licensing
issued by the Canadian Safety Commission.
Nuclear (CNSC), a process in which professionals will be required to
collaborate and ensure that all information is provided
required to obtain the said permits.
1.1.6 The present orientations, principles, needs and requirements
s were established on the basis of information from the studies and the
expertise carried out in order to obtain approval from the authorities of the
CIUSSSSS DE L'ESTRIE - CHUS, content parameters, quality,
cost and schedule. Any options and/or functional alternatives,
operational and technical that could be different (for
reasons of expertise, different conditions or optimization of the
design and construction of the project), will be developed at
within the objectives of content, quality, cost and timeframe
approved.
1.1.7 The supplier in each of their specialties shall list and
analyse the technical specifications of
mechanical, electrical and medical to provide the infrastructures
required for their proper functioning for the use they are intended for
intended.
1.1.8 No changes to the program may be made without
the written approval of the CIUSSSSE DE L'ESTRIE - CHUS
1.1.9 Partial basement plan
See in the call for tenders
1.2 REAL ESTATE ORIENTATION
1.2.1 The direction on which the needs program is based, the
costs and the project schedule is as follows:
Room Layout: S637 for the installation of an accelerator
linear and S607-4 for the SIM-CT CT system:
Interior refurbishment of the treatment area and control station
Mechanical distribution (ventilation, plumbing, fire protection, gas, etc.)
medical) from the existing networks planned for this sector.
Electrical distribution from existing networks planned for this sector.
sector.
The accelerator is from the company ELEKTA.
The CT scanner SIM-CT is from SIEMENS.
1.2.2 Timeline :
Concept plans and surveys March - April 2021
Preliminary plans May 2021
Plans and final specifications June - July 2021
Call for tenders August 2021
Contract signature September 2021
Construction work including 2
inspections with reservations.
October 2021 to March 2022
Installation of SIM-CT February 2022
Accelerator Installation April 2022
Unqualified inspection May 2022
1.3 DESCRIPTION OF NEEDS
1.3.1 Technical requirements
Construction, Codes and Standards :
Renovated areas must meet the requirements of the
the latest version of the Quebec Construction Code, to the requirements and
municipal by-laws, latest versions of codes, standards,
applicable standards, laws, regulations, etc. and the requirements of the
s "Directory of Real Property Planning Guides".
Health and Social Services.
Energy Efficiency :
The design of the renovated sectors must comply with the Act respecting the protection of the environment.
energy saving in the building.
Architectural design and the design of components and
of electromechanical systems must be closely coordinated from
to incorporate the latest energy efficiency techniques.
to minimize annual energy consumption (MJ/mc).
Environmental Protection :
The choice of materials, systems and equipment shall be made according to
a sustainable development approach. Materials and products
with environmental certification should be favoured.
A construction waste management program (and
demolition) aimed at recycling, reuse and disposal of waste
and an environmental management program for the
air quality during construction shall be developed, documented and maintained.
followed for each of the specialties.
Maintenance and operation :
The selection, arrangement and layout of materials, materials, equipment, and
systems and equipment must be made in order to optimize costs
operation and maintenance.
Materials, systems and equipment must be selected to ensure that
according to availability and market specifics (maintenance,
repair, labour, etc.) of the latter.
Le CIUSSSSS DE L'ESTRIE - CHUS has made technological choices
for certain equipment in order to standardize them and thus reduce the
number of spare parts. These choices will therefore be respected, even if
this implies the use of a single supplier. Any deviation from this
principle must be approved, in advance, before it is specified, or
approved.
1.4 IMPLEMENTATION APPROACH AND SCHEDULE
1.4.1 THE EASTERN ISSUE - CHUS will assume the management of planning
of the project. A project management committee composed of representatives
of the institution and professional firms will be trained as early as the
to ensure an effective decision-making process and to obtain the necessary
the best collaboration of all stakeholders.
1.4.2 The plans and specifications will be completed in three distinct stages; the
first step comprising the concept, the second step comprising
the preliminary plans and specifications, and the third stage including the
final plans and specifications.
The Architectural Services Provider will be responsible for the coordination of
activities and to ensure that the project parameters are respected by the
professional service providers necessary to the full and complete implementation of the
of each of the steps.
Professional Service Providers will present at the CIUSSSUE OF
ESTRIE - HAS the prescribed deliverables at the end of each stage. A time frame of
two (2) weeks will be scheduled for the evaluation by the ICSUSSS OF ESTRIE -
CHUS of the project content in terms of content, quality, costs and
timeframes. During this period, the CIUSSSSS DE L'ESTRIE - CHUS will be
reserves the right to request professional service providers to
to make necessary modifications and/or revisions if certain parameters
are not met or if additional coordination is required.
A synergy meeting will then be held in the presence of all the
professional service providers. This meeting will ensure the
coordination and to guide the subsequent phase.
Prior to the commencement of the final plans and specifications phase, an authorization is required to
should be obtained from the authorities of the CIUSSS DE L'ESTRIE - CHUS, a
an additional two (2) weeks should be allowed for obtaining a copy of the
the necessary approvals.
At any time during the process, the CIUSSSSS DE L'ESTRIE - CHUS se
reserves the right to carry out a detailed analysis of the documents produced
to ensure, in particular, the level of coordination and integration of the
data for each of the specialties. Suppliers will be required to bring the
modifications and/or revisions as necessary, within the established details.
The final plans and specifications will be drawn up in a conventional manner, i.e.
the awarding of a contract to a general contractor following a call for tenders
public. The final plans and specifications must be complete before launching
the call for tenders.
1.4.3 The construction work will be carried out in a manner that will
conventional.
A period of 8 months is provided for the construction work including the installation of the
in service of the installations and the acceptance with reserve of the works.
The Professional Services Provider shall, in developing the
project, take these timelines into account in order to identify the equipment that the
delivery time could jeopardize the achievement of the objectives. It shall
identify all equipment that may affect the routing
Criticism of the project and make sure to coordinate with the CIUSSSE DE L'ESTRIE
1.5 CONSTRUCTION COST
1.5.1 The budget for carrying out the project, all disciplines combined, is
valued at approximately $1,200,000 comprising :
The cost of the construction work according to needs and requirements
expressed, including work to connect to networks and systems
existing, upgrades to standards resulting directly from the project ;
Design contingencies;
Implementation conditions;
Overhead, administration and profit;
10% construction contingencies;
Federal (GST) and provincial (QST) taxes;
If market conditions, delays or other conditions change the
reference costs, indexation contingencies or any other data, data, information, or
measures will have to be taken to return within the cost of implementation.
approved.
1.5.2 The cost of construction of the project does not include
Inflation-related escalation contingencies;
The cost of furniture and general equipment;
The cost of medical equipment:
At the concept stage, the budget evaluation will have to be prepared by professionals,
according to the Uniformat II building element classification, level 3. The budget for
project will then need to be confirmed.
However, if the budget assessment prepared by the professionals exceeds
by more than 25% the construction cost provided for in section 1.5.1 the ICSUSS of
l'Estrie - CHUS reserves the right to ask professionals to
resume work on the current phase at their own expense to meet the budget; and
of the project.
2 DESCRIPTION OF THE SCOPE OF THE SERVICE CONTRACT
2.1 GENERALITIES
2.1.1 Implementation approach
The implementation approach takes into consideration all services
professionals in architecture, civil engineering, mechanical and electrical building services
necessary for the full and complete realization of the project. Services related to
the general construction company and other potential suppliers will make
the subject of separate mandates.
The selection of professional service providers will be made following
a public call for tenders, i.e. the selection of a supplier that includes the
architectural services, the selection of a bundled service provider, the selection of an
mechanical and electrical engineering of the building, the selection of a supplier
grouping together civil engineering and building structure services and, in the case of
where appropriate, the selection of a supplier that consolidates the engineering services of the
floors and materials. Each supplier will be selected by a committee of
selection according to current government rules and requirements.
Suppliers will be responsible, in their speciality, for the respect of the
content, quality, cost and schedule parameters established for the
realization of the project.
For each of these parameters :
Content: the scope of the deliverables (plans and specifications, work, expertise, etc.).
necessary for the complete and entire delivery of the entire project ;
Quality: the functional and technical characteristics necessary to
ensure the operation and functioning of each of the intended uses ;
Cost: the cost of construction approved by the CIUSSS DE L'ESTRIE -
CHUS;
Timeline: delivery dates for the different stages of the project
(concept, preliminary, final, execution and closure).
The Architectural Services Provider will be responsible for the coordination of
activities and to ensure that the project parameters are respected by the
professional service providers necessary to the full and complete implementation of the
the entire project.
2.1.2 Scope
The scope of the supplier's service contract consists, for its sector, of
of activity;
to support and advise the CIUSSSSS DE L'ESTRIE - CHUS to plan,
establish, agree and ensure the follow-up, respect and optimization of the
content, quality, cost and schedule parameters established ;
identify and conduct all relevant studies and surveys, and
required for the preparation of plans and specifications;
to prepare the tender documents for the complete realization; and
the entire project by ensuring the coordination and integration of the documents
of tenders for related specialties ;
to ensure the supervision of all work and its compliance with the
content, quality, cost and schedule parameters ;
to put on the plans, in Autocad format, the plans as annotated by
the contractor;
to support and advise, as required, the CIUSSS DE L'ESTRIE - CHUS, in
the closing of all contracts;
collaborate, prepare, assist and follow up on all documents
administrative and support services, meetings and
presentations and other necessary for the advancement and realization of the
complete and entire project.
To do so, the supplier must bundle and integrate its services,
in its speciality, the expertise required for the complete realization and
of the entire project, including: building regulations,
security systems, hardware, vertical transportation, environment,
sustainable development, ergonomics, infection prevention, accessibility
universal, fitting/furniture/design, equipment integration
medical, signage, etc.
All documents, plans and specifications, management and monitoring plans and other
will have to be submitted to the CIUSSS DE L'ESTRIE - CHUS for control.
2.1.3 Data management and processing systems
The professional service provider must collaborate and adapt to
management methods inherent in the accounting system and the management system of
projects that are in operation and/or that will be implemented by the ICSU OF
THE ESTRIE - CHUS.
2.2 MANAGEMENT AND MONITORING PLANS
2.2.1 Timeline and Time Management Plan
The professional service provider must file, in its specialty, with the
project kick-off meeting, the schedule for the entire project
including:
The list of schedule activities based primarily on the
project breakdown structure (PDS) ;
The attributes of the individual activities (activity codes, the sequence
to identify and document logical links, resources
necessary, the duration of each of the activities in weekly units at
time scale, imposed dates, constraints and assumptions,
etc.) ;
The list of milestones;
The critical path.
The professional service provider must, in its specialty, update
on a monthly basis and/or continuously review the data in the
the entire project, ensure its monitoring and control, in particular in order to
Identify and analyse the impacts of anticipated delays on the project(s).
upcoming phase(s) and project end date ;
To recommend and implement any corrective action and means to
meet and/or accelerate the schedule for the entire project.
The Architectural Services Provider shall ensure that throughout the project, the
coordination and consistency in the timeline data for each of the
specialties and the entire project.
2.2.2 Estimation and cost management plan
The professional service provider must, in its specialty, validate,
Establish and agree on the cost estimate and cost management plan for the project.
of the project to meet the approved construction cost. The estimate
must be structured according to the Uniformat II building element classification
ASTM-E 1557-05, Level III and IV, and broken down by business sector identified in the
program, by phase, by lot and according to the nature of the work (expansion, renovation, etc.).
and/or refurbishment) comprising :
Description of the contents, such as labour, materials
equipment, services and facilities, as well as categories of
special circumstances such as inflation, market conditions, unforeseen events, the
planned contingencies, etc. ;
Documentation of the basis for the estimate;
Documentation of the assumptions made;
Documentation of constraints;
Any other relevant and necessary data.
The professional service provider must, in its specialty, update
on a monthly basis and/or revise on an ongoing basis the data for the estimate of
the entire project, ensure its respect, follow-up and control in order to
including..:
Continuous monitoring and measurement of planned value versus cost.
real;
Tracking and controlling approved changes;
Making estimates or forecasts of future situations in the
project progress ;
To recommend and implement any corrective measures and means in order to
adhere to the approved project cost plan.
The Architectural Services Provider shall ensure that throughout the project, the
coordination and consistency of data in the estimate and management plan
of the costs of each of the specialties and of the project as a whole.
2.2.3 Change Management
The professional service provider must, in its specialty, collaborate,
update and/or revise on an ongoing basis and monitor and control
changes jointly approved by the ESTRIE ICSU -
CHUS in order to notably :
Identify the need for modification and/or change;
Document the impacts of modifications and/or change
requested;
Review, approve or reject the amendments and/or changes;
Manage and monitor changes;
Ensuring the integrity of the content, quality, quality, and
agreed costs and schedules.
2.2.4 Communications Management
The professional service provider shall collaborate, agree, disseminate and
make information available to all project stakeholders
appropriate to the progress of the project.
Communications with the media and public agencies and
s internal communications are the responsibility of the
CIUSSS OF THE ESTRIE - CHUS.
The professional service provider must file, in its specialty, in
At the same time as the monthly payment request, a monthly report will be issued.
of advancement including :
Updating of areas, changes and causes of
changes and the means envisaged to comply with the programme ;
Updates to the schedule, changes and causes of the
changes and the means envisaged to meet the timetable ;
Budget monitoring according to the classification of the building's elements
Uniformat II, Level 3, changes and causes of changes and
the means envisaged to respect the budget ;
The monitoring of risks and opportunities;
Monitoring of approved changes.
The "Statement of Unresolved Claims" form in Appendix 3.
2.3 MAXIMIZING VALUE
The professional service provider must at all times identify, develop,
to collaborate and implement, in its speciality, any option and/or alternative
functional, operational and technical to respect and/or optimize the
content, quality, cost and timeline objectives, assess the
the relevance, feasibility and risks of each of the options identified, in terms of
Whereas in particular :
The relevance of the options (contribution to the achievement of the project's objectives) ;
The risks, opportunities and changes in the options;
The needs of the project;
Technical feasibility (the availability or applicability of the option, the
availability of the required inputs (resources, know-how, technologies, etc.), the
health and safety, the cost plan and schedule for the overall project, the
impacts on operation, functioning, environment, etc.) ;
Financial feasibility (supply and demand, overall budget, labour, relations, etc.).
labour, raw materials, overheads, operation and maintenance, etc.) ;
Economic feasibility (financing plan, payback, analysis, etc.); and
costs/benefits, identification of economic risks, etc.) ;
The strategy(ies) for implementing and carrying out the project;
The organizational and management feasibility.
2.4 ADVISORY AND SUPPORT SERVICES
The professional service provider must, in its line of business, support and
advising the CIUSSS DE L'ESTRIE - CHUS to public authorities, such as
the Ministère de la Santé et des Services sociaux or one of its representatives, the
municipality, the Régie du bâtiment, etc., and public utility companies in sight,
where appropriate, to enter into development agreements, obtain authorizations, and
necessary permits, and any other approvals required for the implementation of the
the whole project.
The professional services provider must, in its line of business, support and
advises the CIUSSSSS DE L'ESTRIE - CHUS in order to implement the means
necessary to ensure and guarantee the maintenance of the establishment's activities
throughout the entire project.
2.5 PROJECT START-UP
The professional service provider shall, within its specialty, take
knowledge and take ownership of the data available from the project to date in its
business line, to assess them against content, quality, and
cost and schedule continued for the completion of the entire project.
2.6 PROJECT STUDY
2.6.1 Concept
The professional service provider must, in its specialty, perform the
concept of the overall project in accordance with the programme data
and the content, quality, cost and schedule objectives established, by
ensuring the coordination and integration of all
related specialties.
The concept must express and integrate, in accordance with the
program and the parameters of content, quality, costs and
decisions regarding structure, integration and implementation of the
the location of the building, the urban and architectural treatment, the choice of and
the integration of materials, electromechanical networks and systems, the
equipment and furniture, to the operation and functioning of the
building(s) and include, in addition to the activities and deliverables
necessary:
Updating and integrating analyses, studies and data
techniques relating to the organisation of activities and services ;
The updating and integration of analyses, studies and data
techniques relating to existing buildings ;
The integration of analyses, studies and technical data relating to
the integration and layout of the building, such as the
studies, sunshine studies, wind studies, wind studies, outdoor studies, outdoor
traffic, etc. if required ;
The integration of technical data relating to traffic, traffic
interior fittings, vertical transport (inside), equipment
medical, information technology and other areas;
Updating and integrating all other analysis, studies and data
necessary technique.
The Architectural Services Provider will be responsible for coordinating
results of all professional service providers that will be
necessary for the full and complete realization of the concept.
Preliminary plans and specifications
The professional service provider must, in its specialty, perform the following
preliminary plans and specifications in accordance with the program data, and
to established content, quality, cost and schedule objectives, by
ensuring the coordination and integration of all
related specialties.
The Architectural Services Provider will be responsible for the coordination of
the results of all professional service providers who
will be necessary for the full and complete realization of the plans and specifications.
foreplay.
2.7 PROJECT IMPLEMENTATION
2.7.1 Final Plans and Specifications
The professional service provider must, in its specialty, finalize,
in its line of business, all plans and specifications, cost estimates,
Supporting documents for calls for tenders, reports, required studies
for the complete and entire execution of works, purchases, and
equipment, etc. in accordance with the programme data and objectives
of content, quality, cost and established timelines.
The Architectural Services Provider will be responsible for the coordination of
the results of all professional service providers who
will be necessary for the full and complete completion of the appeal documents.
of offers. Any incomplete tender document that sets out the CIUSSS OF
L'ESTRIE - CHUS to delays or possible claims from the
Contractors shall be required to correct and/or take back at the supplier's expense.
2.7.2 Tender documents
The Architectural Services Provider shall ensure that it obtains and
transmit the tender documents of all professionals
concerned or coordinate their transmission to the selected printer.
by the CIUSSS DE L'ESTRIE - CHUS.
In addition, when required by the CIUSSSSE DE L'ESTRIE - CHUS, the supplier will
architectural services will need to ensure that copies of the documents are obtained.
from the printer and distribute it to the bidders as per the
terms and conditions of the call for tenders.
2.7.3 Compliance and supervision of the work
The professional service provider must, in its specialty, ensure the
supervision of all work and its compliance with the objectives of the
content, quality, cost and schedule.
The Architectural Services Provider will be responsible for the coordination of
documents and deliverables from all service providers; and
professional services that will be necessary for the full and complete realization of the
works.
The professional service provider must, in its specialty, perform,
support, collaborate and advise as needed, the CIUSSSSS DE L'ESTRIE - CHUS
in updating and monitoring data for the entire project,
including..:
Management and optimization of the quality of the work, including in particular:
Compliance and analysis of the bids obtained by invitation to tender;
Conformity of shop drawings;
The supervision and technical coordination of the construction, maintenance and repair work.
the supply and installation of equipment, systems, equipment, systems, equipment, systems and
networks and information technology ;
The respect and compliance of the quality and performance levels of the
different components, systems, networks and equipment ;
Compliance and monitoring of applicable municipal and public by-laws by
construction work ;
Compliance and monitoring of changes;
Monitoring and correction of deficiencies;
The preparation and follow-up of contract warranties, manuals
maintenance instructions, instructions and operating instructions for the operation of the
different components, systems, networks and equipment ;
The harmonious transfer of works to the establishment and staff
of the building's operation.
Management and monitoring of the work schedule, including in particular :
The evaluation, updating and/or continuous review of the
construction schedule ;
Analysis of the impact of anticipated delays;
Any corrective measures and means to be implemented in order to respect and/or accelerate the work schedule.
the project's work schedule.
Management of the cost of the work, including :
Ongoing updating and/or revision of the
project ;
Monitoring and control of approved changes;
The analysis of cost estimates or forecasts related to the project's progress.
of the project's work ;
Any corrective measures and means to be put in place in order to meet the cost plan
project.
Management of identified and emerging risks and opportunities throughout the project.
of the work, so as to make the necessary analyses and recommendations, and
implement remedial measures, changes to plans and specifications, and
the specifications required to meet content and quality objectives,
budget and schedule.
Management of approved modifications and changes to ensure that the
respect, control, updating and coordination of content requirements,
quality, cost and schedule.
2.8 PROJECT CLOSE-OUT
The professional service provider must, in its line of business, support and
advise the CIUSSSSS DE L'ESTRIE - CHUS and prepare, if necessary, the documents
necessary for the closure of the project, in particular :
The verification and transmission of all contractual documents
and techniques of the construction project;
The preparation of a schedule of dates, duration, and effective date
guarantees for all the work(s) ;
The preparation, implementation and monitoring of a plan for archiving the
contractual and technical documents (including all photos taken by the company)
during the project) ;
The preparation of a final report on costs and accounting data;
The respect of all guarantees for a period of one year following the
acceptance of work(s) with reservation ;
The settlement of any claim, suit or formal notice
resulting from the completion of the entire project over a period of time; and
of one year after unreserved acceptance of the work;
The post-mortem evaluation of the project, in particular on the development of
the design and construction of the works and the results obtained
based on the expected results of the functional and technical program,
the evolution of costs and schedule.
The professional services provider must, in its line of business, carry out the
as-built drawings of the works (annotated by the contractor) on support material
computer science. The architectural services provider will be responsible for the
coordination of documents and deliverables from all service providers
professional services that will be necessary for the full and complete realization of plans such as
than built.
- Opportunity closing date
- 08 January 2021
- Value of contract
- to be confirmed
About the buyer
- Address
- Centre intégré universitaire de santé et de services sociaux de l'Estrie - Centre Hospitalier Universitaire de Sherbrooke - CHUS Canada
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.