SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Organic Waste Collection

Status Awarded

Contract number 21401-27-4679334

Solicitation number 21401-27-4679334

Publication date

Contract award date

Contract value

CAD 769,138.22

    Description

    This contract was awarded to:

    Waste Reduction Group Inc.

    This requirement is for: The Correctional Service of Canada, Kingston and Campbellford, Ontario.

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Indigenous Business:
    This procurement is not subject to any set-asides for Indigenous Suppliers.

    Comprehensive Land Claim Agreement:
    This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements: This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada (CSC) has a requirement to collect and dispose of wet organic waste accumulated within the sites listed in the deliverables.

    Objectives: The Contractor must provide bins of sufficient construction, configuration, and quantity to hold a full charge of wet organic wastes accumulated at the sites listed below (the collection sites) and have on hand sufficient numbers of bins for the quantities and schedule below, including clean bin exchange. The Contractor’s Bin must not exceed 120L volume in size and have wheels and handles to allow for full bin movement. Bins must be such that they can be reasonably moved manually from site storage areas to loading areas with minimal risk of injury or spilling. Bins must have fitted lids to reduce decay, odour, and access for vermin. CSC will not accept dumpsters.

    Tasks:
    a. The Contractor must replace worn or damaged organics storage bins, as required, at no cost to CSC.
    b. The Contractor must manually move filled bins from the on-site storage locations to truck loading area as required. Not every provided bin will be filled and in need of emptying/replacing on every pickup occasion. This will be at the sole discretion of the CSC representative on site.
    c. Loading areas vary between sites, and include grade level pickup, full-height docks with levellers, and intermediate height static docks. The Contractor’s collection vehicles must be appropriate to accommodate infrastructure variances (e.g., truck with tailgate hydraulic lifts).
    d. The Contractor must not clean collection bins on CSC property .
    e. The Contractor must only use the following two organic waste collection methods:

    i. one-for-one bin exchange of filled bins with clean bins at time of collection; or

    ii. bin liner dump and return of existing bins. The Contractor must supply a new clean bin liner for each emptied bin at no additional cost to CSC.

    Deliverables: The Contractor must collect organic waste materials from the sites specified and according to the frequency in the table below. The approximate current annual quantity of organic waste generated, provided for reference, is 750 tonnes. The Contractor must provide the number of bins in the table below to each site as a minimum, at any time. All bins the Contractor provides remain the property of the Contractor.

    COLLECTION SITE COLLECTION FREQUENCY MINIMUM WEEKLY BINS ON

    Millhaven Institution Tuesday, Friday 8
    Bath Institution Tuesday, Friday 20
    Collins Bay Medium Institution Tuesday, Friday 12
    Collins Bay Minimum Institution Tuesday, Friday 12
    Joyceville Medium Institution Tuesday, Friday 10
    Joyceville Minimum Institution Tuesday, Friday 6
    Warkworth Institution Tuesday, Friday 15

    The Contractor will not have access to the CSC sites for collection on Federal Statutory Holidays. The Contractor must skip organic waste collection on Federal Statutory Holidays and resume normal collection on the next regularly scheduled collection day. The number of bins in the above table includes contingency for long weekends or missed collections.

    a. The Contractor must accept organic waste material with non-hazardous contaminants. The estimated weight of non-hazardous waste contaminants is approximately 5% of the organic waste material. The Contractor must dispose of contaminants in accordance with all regulatory requirements and landfill policies. The Contractor must accept non-hazardous waste contaminants in excess of 5% and dispose of at no additional cost to CSC.

    b. The Contractor must transport collected organic waste materials to a processing facility or transport it intermediately to a transfer station. The Contractor’s drivers must hold valid driver’s licenses appropriate for the vehicles the Contractor uses for waste collection. The Contractor must hold all appropriate approvals and licenses for its vehicles and receiving sites from all authorities with jurisdiction over waste disposal, including Ontario Ministry of the Environment Certificates of Approval for Waste Management Systems and Waste Disposal Sites.

    c. The Contractor must have organic wastes processed to a commercial grade compost product.

    d. The Contractor must provide the Project Authority with a monthly invoice package that must include the following:

    a. A copy of each Waybill signed by site CSC staff, indicating date of collection, number of bins collected, and total weight of bins collected, for each collection site;

    b. Monthly summary of the total weight of organic waste collected per collection site;

    c. Any additional charges such as transport and delay charges. The Contractor must explain in detail the reasons why the charges were incurred.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of Contract and Time Frame for Delivery:

    Period of the Contract: The Work is to be performed during the period of date of Contract award to March 31st, 2027.
    File Number: 21401-27-4679334
    Contracting Authority: Robin Riha
    Telephone number: 613-328-9727
    E-mail: robin.riha@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Understand the federal procurement process;
     Learn about searching for opportunities;
     Find out how to bid on opportunities;
     Discover how to prepare to sell to the government.

    The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).

    Business address

    2470 Lawrence Ave. E, Suite #100

    Scarborough, ON, M1P 2R7
    Canada
    Notice type
    Directed Contract
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    Selection criteria
    Lowest Price
    Commodity code
    Array
    Region(s) of delivery
    Kingston

    Contract duration

    The contract will be for a period of 36 month(s), from 2024/08/01 to 2027/07/31.

    Commodity - UNSPSC

    • 24102400 - Waste material handling and recycling systems
    • 25101914 - Waste collection vehicle or garbage truck
    • 76121500 - Refuse collection and disposal
    • 76121501 - Garbage collection or destruction or processing or disposal
    • 76121600 - Nonhazardous waste disposal

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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
    Correctional Service Canada
    Address

    445 Union Street

    Kingston, ON, K7L 4Y8
    Canada
    Contracting authority
    Robin Riha
    Phone
    (613) 328-9727
    Email
    robin.riha@csc-scc.gc.ca
    Date modified: