Janitorial Services – Canadian Coast Guard Southside Base Facility

Solicitation number 30000348

Publication date

Closing date and time 2023/05/19 14:00 EDT

Last amendment date


    Description

    REQUEST FOR PROPOSAL

    Solicitation # : 30000348
    Closing Date : May 19, 2023
    Closing Time : 2:00 PM (Eastern Daylight Saving Time)

    This requirement is for the Department of Fisheries and Oceans (DFO).

    Title: Janitorial Services – Canadian Coast Guard Southside Base Facility

    OBJECTIVES OF THE REQUIREMENT
    Fisheries and Oceans Canada (DFO) requires cleaning services for buildings on the Canadian Coast Guard Southside Base Facility, St. John’s, NL (Drawings for Area of Work will be distributed at the mandatory site visit). Professional cleaning services are required on a daily basis.

    SCOPE OF WORK

    The scope of work shall include the supply of all janitorial services at the Canadian Coast Guard Southside Base at 195, 270/280 and 440 Southside Rd, St. John’s NL.

    PERIOD OF WORK

    Work is to be completed from Contract award to 30 April 2027.

    SECURITY

    Before award of a contract, the following conditions must be met:

    The Contractor/Offeror personnel requiring access to sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    In accordance with the requirements of the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html), the Bidder must provide a completed Contract Security Program Application for Registration (AFR) form to be given further consideration in the procurement process.

    Bidders are reminded to obtain the required security clearance and, as applicable, security capabilities promptly. As indicated above, bidders who do not provide all the required information at bid closing will be given the opportunity to complete any missing information from the AFR form within a period set by the Contracting Authority. If that information is not provided within the timeframe established by the Contracting Authority (including any extension granted by the Contracting Authority in its discretion), or if Canada requires further information from the bidder in connection with assessing the request for security clearance (i.e., information not required by the AFR form), the Bidder will be required to submit that information within the time period established by the Contracting Authority, which will not be less than 48 hours. If, at any time, the Bidder fails to provide the required information within the timeframe established by the Contracting Authority, its bid will be declared non-compliant.

    For additional information on security requirements, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

    TRADE AGREEMENTS

    The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada - Ukraine Free Trade Agreement (CUFTA), Canada - European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), and the Canadian Free Trade Agreement (CFTA).

    COMPREHENSIVE LAND CLAIMS AGREEMENTS

    The procurement is not subject to any Comprehensive Land Claims Agreement.

    MANDATORY SITE VISIT

    It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held at 280 Southside Road, St. John’s NL May 08, 2023 at 2:00 p.m.

    Bidders must communicate with the Contracting Authority no later than May 05, 2023 at 2:00 .pm. to confirm attendance and provide the names of the person(s) who will attend the mandatory site visit and provide the following information:
    a. Business name
    b. Business address
    c. Business phone number
    d. Bidder’s representative name(s), with email address and phone number

    Bidders will be required to sign a Department of Fisheries and Oceans attendance form at the mandatory site visit. Bidders must confirm in their bid submission that their firm’s representative has attended the site visit. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejected as non-compliant. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.

    Bidders must note that all questions must be sent, by email, to the attention of the Contracting Officer. DFO delegate(s) on site are not authorized to take and/or respond to any questions received from potential bidders on site visits. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.

    MANDATORY REQUIREMENTS

    Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Bidders’ Proposals must clearly demonstrate that they meet all Mandatory Requirements for the proposal to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.

    Mandatory Criteria

    M1 Bidder must provide a copy of their firm’s Workplace NL Clearance Letter with their bid and the Clearance Letter must be valid at time of bid submission

    M2 Bidder must provide a copy of their firm’s Business License with their bid and that the License is valid at time of bid submission

    M3 The bidder must demonstrate using cleaning project descriptions that they have a minimum of three years’ experience providing “Janitorial Services:”

    The Bidder must provide the following information for at least three (3) projects to clearly demonstrate that it meets this criterion:
    a) The name of the client organization;
    b) The roles and responsibilities of the cleaning team;
    c) The start and end date of the cleaning projects (month/year to month/year)
    d) Name, current telephone number and title of client or authorized representative who can validate the bidder's claim.

    NOTE – No substitutions for client authorities (references)
    will be permitted after bid closure, although bidders may submit one backup reference for each project

    M4 The Bidder must provide the resume of each resource being proposed. The resume(s) must show the name(s) of the proposed resource(s) and must clearly demonstrate, using project descriptions that the proposed resource(s) has at least 1 year experience within the last five (5) in the field of janitorial services.

    M5 The Bidder must provide a copy of the training certificates confirming that the proposed resource(s) personnel have up to date WHMIS training with their bid and that the certificate is valid at time of bid submission.

    SELECTION METHOD

    The basis of selection is Mandatory Technical Criteria.

    Enquiries regarding this RFP requirement are to be submitted in writing to the following:

    Beverly Shawana
    Contracting Officer (consultant)| Agente des contrats (consultante)
    Procurement Services | Services d’approvisionnement
    Fisheries and Oceans Canada | Pêches et océans Canada
    Government of Canada | Gouvernement du Canada

    Email : DFO.Tenders-Soumissions.MPO@dfo-mpo.gc.ca Cc: Beverly.Shawana@dfo-mpo.gc.ca

    Contract duration

    The estimated contract period will be 48 month(s), with a proposed start date of 2023/06/01.

    Trade agreements

    • Please refer to tender description or tender documents

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address

    200 Kent Street

    Ottawa, ON, K1A 0E6
    Canada
    Contracting authority
    Beverly Shawana
    Phone
    (613) 915-0113
    Email
    DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
    Address

    200 Kent Street

    Ottawa, ON, K1A 0E6
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    0
    001
    English
    1
    001
    French
    0
    002
    English
    0
    001
    French
    0
    001
    English
    0
    001
    French
    0
    001
    English
    0
    001
    French
    0
    001
    English
    0
    001
    French
    0
    001
    English
    2

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    St. John's
    Region of opportunity
    World
    Contract duration
    48 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: