Janitorial Services for the Canadian Coast Guard (CCG) Base in Victoria B.C.

Solicitation number 30001673

Publication date

Closing date and time 2024/01/05 14:00 EST

Last amendment date


    Description

    Title: Janitorial Services for the Canadian Coast Guard (CCG) Base in Victoria B.C.

    Mandatory Site Visit:

    It is mandatory that the Bidder or a representative of the Bidder visit the work site.

    Arrangements have been made for a site visit to be held:

    Where: the Victoria Coast Guard Base; 25 Huron Street; Victoria, BC V8V 4V9
    When: on December 14, 2023.
    Time : 10:30 a.m. Pacific Standard Time (PST)

    Everyone will be required to sign in at the Huron Street Guardhouse/Gate (entrance to Victoria Base) with the Commissionaires who will be able to direct bidders to available parking on Base. An RPSS Site Representative will meet everyone at the Gate and be able to assist in directing parking before the tour starts.

    **Bidders must communicate with the Contracting Authority by email no later than December 12, 2023 at 11:00 a.m. (PST) to confirm attendance and provide the following information:

    a. Business name
    b. Business address
    c. Business phone number
    d. Bidder’s representative name(s) who will attend, with email address(es) and phone number(s)

    The representative of the bidder will be required to sign the Mandatory Site Visit Sign-In Sheet at the site visit. Bids submitted by Bidders who have not signed the Mandatory Site Visit Sign-In Sheet will not be accepted. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive.

    Bidders must note that all questions must be sent, by email, to the attention of the Contracting Authority and in accordance with the Enquiries – Bid Solicitation section of this RFP. 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.

    Conditional Set-Aside Under the Procurement Strategy for Indigenous Business (PSIB)

    This is an open tender. However, it will be conditionally set-aside under the Government of Canada’s Procurement Strategy for Indigenous Business (PSIB) if two or more bids have been received by Indigenous businesses who are certified under the Procurement Strategy for Indigenous Business (PSIB) criteria and who may be listed in the Government of Canada’s Indigenous Business Directory (https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658).

    In order to be considered, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted. If the bids from the Indigenous businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Indigenous businesses remain, bids from all of the non-Indigenous businesses that had submitted bids will then be considered by the contracting authority.

    For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.

    Objective: DFO requires janitorial services for the CCG Victoria Base located at 25 Huron Street, Victoria, British Columbia (BC)

    Scope of Work

    The Contractor must provide all labour including supervision, material, equipment, supplies and incidentals necessary for the discharging of janitorial cleaning services to the CCG Victoria Base.

    The Contractor must:
    • Perform the work diligently and efficiently
    • Except for supplies provided by DFO, the contractor must supply everything necessary to perform the work.
    • Use, as a minimum, quality assurance procedures, inspections, and controls generally used and recognized by the industry to ensure the degree of quality required by the client.
    • Provide a sufficient number of qualified personnel to perform the work required under the contract.

    Without limiting the areas of work, the following list represents those buildings and areas where janitorial services are required.

    i. Hangar – Cleaning Area #1
    ii. Stores Warehouse – Cleaning Area #2
    iii. Main Administration Building – Cleaning Area #3
    iv. Workshops – Cleaning Area #4
    v. Marine Environmental Hazardous Response (MEHR) Building – Cleaning Area #5
    vi. Buoy Maintenance Building (BMB) – Cleaning Area #6
    vii. Compliance & Enforcement annex trailer; Real Property, Safety & Security (RPSS) annex trailer; Emergency Response (ER) annex trailer; and Dallas Gate Guardhouse – Cleaning Area #7

    The total area to be cleaned is approximately 5,885 m2.

    Time and Area of Work
    • Cleaning services are required 7 days per week all year.

    • Unless specifically arranged in advance with the Site Authority or a designate all janitorial services must be performed on a consistent time frame:

    Monday to Friday: 3 p.m. to 11 p.m
    Saturday, Sunday and Statutory Holidays: 9:30 a.m. to 1:30 p.m.

    Security Requirement:
    This contract includes security requirements.

    Period of Contract:
    The period of contract shall be from date of award for a duration of one (1) year. There are (3) option periods of one (1) year to be exercised at the discretion of the Department.

    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).

    Contract Authority:
    Name: Stephanie Patry
    Email Address: DFO.Tenders-Soumissions.MPO@dfo-mpo.gc.ca

    Inquiries:
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. BIDDERS ARE ADVISED THAT CANADA BUYS IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2024/02/01.

    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

    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, Ontario, K1A 0E6
    Canada
    Contracting authority
    Stephanie Patry
    Phone
    (343) 576-8973
    Email
    stephanie.patry@dfo-mpo.gc.ca
    Address

    200 Kent Street

    Ottawa, Ontario, 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
    English
    and
    French
    11
    001
    English
    39
    001
    French
    4
    001
    English
    26
    001
    French
    1

    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
    Region(s) of delivery
    Victoria
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: