Request for Standing Offer (RFSO) Collection,Transport and Disposal of Hazardous Chemical Waste
Solicitation number SPMD-25-PAC2/A
Publication date
Closing date and time 2026/01/12 14:30 EST
Last amendment date
Description
Revision 03
Please see the uploaded Revision 03 documents including the SPMD-25-PAC2/A Revision 03 and the document titled Bidder Questions and Responses from Canada_V3
*******************************************************************************************************************
Revision 02:
Please see the uploaded Revision 02 Document , the Annex A_v3 document, and the document titled Bidder Questions and Responses from Canada_V2
********************************************************************************************************************
Revision 01:
Please see the uploaded Revision 01 Document in addition to the Annex A_v2 document and the document titled Bidder Questions and Responses from Canada.
********************************************************************************************************************
Canada has a requirement for the conduct of specialized Waste Management Services (Collection, Transport and Disposal) of Precursor Chemicals in British Columbia, Canada.
For the purposes of the requirement, the province will be divided into Regions of Service, as outlined in the Solicitation and supporting requirements documents.
Services will be provided through call-ups issued as and when required under the planned Standing Offer(s). All interested Suppliers may submit an Offer.
Canada has made it a priority to advance reconciliation with Indigenous Peoples and, as part of that effort, to increase Indigenous participation within federal procurement. Canada encourages Offerors to involve Indigenous businesses and individuals in the Work, by requesting that Offerors submit an Indigenous Participation Plan (IPP) as part of their Offer.
Indigenous Businesses: Only Indigenous businesses that provide a completed Indigenous Business Certification are eligible to be awarded a contract as Indigenous Business. Please see the solicitation document Annex Offeror Declaration Form - Indigenous Business Certification and the Annex D - Indigenous Participation Plan Criteria that must be met to be eligible for this category.
Please refer to the Evaluation Criteria documents; the Evaluation Procedures and the Basis of Selection in the solicitation documents for a full description of the Evaluation strategy.
Where multiple Offers for single regions within the province are received, only Bids within ten percent (10%) of the lowest responsive offer will be considered. Multiple Standing Offers may be awarded.
Due to the nature of this requirement, the obligations of the International and Bilateral Trade Agreements do not apply to this solicitation. The Canada Free Trade Agreement applies to this solicitation.
Contract duration
The estimated contract period will be 24 month(s), with a proposed start date of 2026/01/19.
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
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
Contact information
Contracting organization
- Organization
-
Department of Public Works and Government Services (PSPC)
- Address
-
140 O'Connor Street
Ottawa, Ontario, K1A 0R5Canada
- Contracting authority
- Daphne Klassen-Hayes
- Phone
- (613) 296-0230
- Email
- daphne.klassen-hayes@tpsgc-pwgsc.gc.ca
- Address
-
140 O'Connor Street
Ottawa, Ontario, K1A 0R5Canada