Construction Health & Safety Coordinators

Solicitation number 21120-18-2649006/A

Publication date

Closing date and time 2018/01/10 14:00 EST


    Description

    REQUEST FOR A STANDING OFFER (RFSO)

    This requirement is for: The Correctional Service of Canada (CSC), Ontario Region (ONT), Atlantic (ATL), Quebec (QC) and Pacific (PAC).

    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 lowest price per point.

    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 procurement includes security requirements.

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

    Scope / Objective: CSC requires the services of Construction Health & Safety Consultants on CSC CORCAN construction projects. Although CSC falls under federal legislation, the Department is committed to voluntary compliance with all provincial legislation governing health and safety and, where laws diverge, will adhere to the more stringent requirement.CSC construction project managers must apply health and safety management for construction projects.

    Deliverables: Specific Deliverables will be identified in the individual call-ups. The deliverables the Offeror / Contractor must produce include, but are not limited to the following:

    1. Health & Safety inspections and assessments reports;
    2. Health & Safety Audit reports;
    3. Analyses of construction contractors’ prevention programs, with written recommendations;
    4. Construction Health & Safety work procedures and other documents related to the prevention of workplace accidents; and
    5. Construction Health & Safety training sessions.

    Term of Standing Offer: The period for making call-ups against the Standing Offer Agreement is from Date of SO issuance to five (5) years later or until such time as Canada no longer considers them to be advantageous to use them.

    File Number: 21120-18-2649006

    Contracting Authority: Lily Nakhle– Senior Procurement Officer

    Telephone number: 613-9947-0861

    Facsimile number: 613-992-1217

    E-mail: Lily.Nakhle@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by ordering the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    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 mail (courier) 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.

    The Office of Small and Medium Enterprises (OSME) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • 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)

    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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Nakhle, Lily
    Phone
    613-947-0861
    Email
    lily.nakhle@csc-scc.gc.ca
    Address
    340 Laurier Avenue West
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    French
    7
    French
    29
    000
    French
    13
    English
    29
    000
    English
    63
    English
    7

    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 Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: