Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Rideau Canal Skateway - Janitorial Services, Sanitary Waste Management and Litter Control

Status Awarded

Contract number PO-018136

Contract value :

CAD 983,689.33

Solicitation number AB001

Publication date

Contract award date


    Description
    This contract was awarded to:
    SERVICES RÉCRÉATIFS DEMSIS INC.

    DESCRIPTION:
    The National Capital Commission (NCC) is seeking janitorial services, sanitary waste management and litter control for the operation and maintenance of the Rideau Canal Skateway.

    The Rideau Canal Skateway is more than just a skating rink. You will find concession stands and other services including skate and shed rentals, shelters, washrooms, and rest area. The Rideau Canal is one of Canada’s nine heritage canals and is owned by Parks Canada. The skateway portion is managed by the NCC during the winter months.

    TERM:
    The term of the resulting Contract will be for a period of four (4) years commencing on October 2023 and ending on March 31st, 2027.

    BID DEADLINE:
    No later than 3 p.m. EDT on September 5th, 2023 by email at Bids-soumissions@ncc-ccn.ca with a reference to tender file #AB001.

    INQUIRIES:
    To ensure the integrity of this Contract, all enquiries and other communications must be directed only to Alyssa Brook, Senior Contract Officer by email at alyssa.brook@ncc-ccn.ca no later than August 29th, 2023 in order to be considered by the NCC.

    Throughout the Invitation to tender/Contract process bidding process, the NCC shall endeavour to provide responses to inquiries (by the issuance of addenda) deemed relevant by the NCC and received in writing by the Contracting Authority. Only information provided in addenda shall be an integral part of the Contract and any resulting standing offer.

    All addenda will be posted on canadabuys.canada.ca.

    Interested proponents must not contact any other employee of the NCC, or other persons involved in this solicitation to discuss questions regarding the Contract process. Non-compliance with this requirement during the solicitation period may, for that reason alone, result in disqualification of a proponent.

    Note: The bid email has a maximum capacity of 30 megabytes.

    Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.

    There is no public opening scheduled.

    BASIS OF SELECTION:
    An offer must comply with all the requirements of the Contract to be declared responsive.

    The Responsive offer with the lowest total evaluated price will be recommended for issuance of a contract.

    The official Government Electronic Tendering Service website is canadabuys.canada.ca.

    Please ensure that you download your document from this site, in order to obtain all information related to the tender. It is your responsibility to ensure that you have received all the posted tender information to ensure tender compliance and not be disqualified.

    Business address

    4750 Henri-Julien

    Montreal, Quebec, H2T 2C8
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Lowest Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 42 month(s), from 2023/10/01 to 2027/03/31.

    Commodity - UNSPSC

    • 76110000 - Cleaning and janitorial services

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    National Capital Commission
    Address

    Rue 40 Elgin

    Ottawa, Ontario, K1P 1C7
    Canada
    Contracting authority
    Alyssa Brook
    Phone
    (343) 571-8453
    Email
    alyssa.brook@ncc-ccn.ca
    Fax
    N/A
    Address
    Ontario,
    Canada
    Date modified: