Integrated Pest Management
Solicitation number 21801-14-0094
Publication date
Closing date and time 2014/09/03 17:00 EDT
Description
The Correctional Service of Canada, Pacific Region, has a requirement to provide Integrated Pest Management Services for the buildings, structures, and grounds of various institutions and community residential facilities in the Fraser Valley. This includes the supply of all labour, materials, tools, equipment, transportation and supervision. In accordance with the Statement of work in Annex “A”, services are required on a monthly basis and on an “as and when requested” basis. Trade agreement: Agreement on Internal Trade (AIT), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), North American Free Trade Agreement (NAFTA)/Canada-Peru, Canada-Colombia and/or Canada-Chile Free Trade Agreements. Tendering procedures: All interested suppliers may submit a bid. Competitive Procurement Strategy: compliant bid with the highest combined score of technical merit and price. Set-aside under the Procurement Strategy for Aboriginal Business: This procurement is not subject to any set-asides for Aboriginal Suppliers. Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement. Security Requirements: This contract includes security requirements. Nature of Requirements: The following is a summary of the statement of work for this requirement. The Correctional Service Canada has a requirement to Integrated Pest Management Services . Objectives: To provide skilled and licensed personnel to provide pest control and cleanup services Deliverables Integrated Pest Management Services shall be performed once per month, during regular business hours (0700 to 1400 hours, Monday to Friday) and “as and when” required for emergency services at all sites. All buildings including offices, kitchens, food service areas, washrooms, units and resident cell rooms, and facility management rooms (electrical, mechanical, etc). Scheduled Services The Contractor will inspect all buildings on a monthly basis to ensure that the premises are free of all pest and infestations of pest, birds, and rodents including but not limited to: (a) Regular monthly scheduled inspections of specified areas and monitoring of pests (b) Appropriate treatment of identified pests (c) Actions to prevent future infestations and pest entry including monitoring program. (d) Itemized reports of services rendered – reports to be provided no less than five business days following any inspection. As and When Requested Services: The Contractor will provide additional services as requested to address outbreaks of pest, rodents, including fumigation of bed bugs, Expected Delivery Date: October 1, 2014 – September 30, 2015 with an irrevocable option to renew for three (3) one-year periods. Mandatory Site Visit: It is mandatory that the Bidder or a representative of the Bidder visit the work sites. Bidders who do not attend or send a representative to the mandatory site visit will not be given an alternative appointment and their bids will be rejected as non-compliant. The mandatory site visit is scheduled for two consecutive days, Tuesday August 19th, 2014 for Group 1 and Wednesday, August 20th for Group 2. The bidder is required to contact Ella Tromp at 604-870-2521 or ella.tromp@csc-scc.gc.ca no later than Tuesday, August 13th, 2014. Bidders are required to sign an attendance form. Failure to so will render their bid non-compliant. Bidders are advised that any clarifications or changes resulting from the site visit shall be included as an amendment to the bid solicitation. File Number: 21801-14-0094 Contracting Authority: Ella Tromp PO Box 4500, Unit #100 – 33991 Gladys Avenue Abbotsford, BC V2S 2E8 Telephone number: (604) 870-2521 Facsimile number: (604) 870-2444 E-mail: ella.tromp@csc-scc.gc.ca NOTE TO BIDDERS Bidders can obtain copies of the solicitation documents by contacting the contracting authority named in this notice. 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). Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted. 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.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Tromp, Ella
- Phone
- 604-870-2521
- Address
-
100-33991 Gladys AvenueAbbotsford, BC, V2S 2E8
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.