Greenbelt Lands Maintenance Management Services

Solicitation number AL1715

Publication date

Closing date and time 2018/02/20 15:00 EST

Last amendment date


    Description

    The National Capital Greenbelt consists of 20,000 hectares of green spaces, including farms, forests, wetlands and federal institutions that extend from Shirley’s Bay in the west to Carlsbad Springs in the east. It is a well-recognized landmark of the Capital, managed by the NCC in accordance with the Greenbelt Master Plan.

    In the Greenbelt, Capital residents and visitors can learn about the natural environment and participate in recreational activities year round.

    The Greenbelt offers a range of outdoor recreation and learning opportunities and provides a unique rural setting for the Capital. Over 175 kilometres of hiking trails and over 35 kilometres of recreational pathways have been developed in the Greenbelt for skiing, snowshoeing, running, hiking, cycling and bird watching. The Greenbelt Pathway is currently under development as a new addition to the Capital Pathways recreational pathway network. Sections of the Rideau Trail (Ottawa to Kingston) and the Trans Canada Trail (across Canada) are also located in the Greenbelt.

    The Greenbelt has three important wetlands: Shirley’s Bay, Stony Swamp, and the Mer Bleue bog. Mer Bleue has been designated an internationally significant wetland under the United Nations Ramsar Convention. With more than 3,500,000 visits annually, the NCC is committed to protect the Greenbelt and ensure its sustainability for present and future generations.

    The NCC has also entered into agreements with various partners to manage other NCC property in the Greenbelt including:

    • Long-term commercial leases, including golf courses, technology complexes, etc.;
    • Various agricultural leases (over 70 active farms);
    • Various agreements with non-profit organizations or other public agencies related to recreational facilities and activities (e.g. cross-country skiing in Mer Bleue and the Western Greenbelt); and
    • Many residential leases managed through another contract.

      In view of the large number of visitors who use this important natural space each year, Greenbelt development and management must contribute to public understanding of the importance of Canada’s natural environment.

    The Greenbelt’s maintenance services must therefore endeavour to comply with conservation, public safety, public awareness and quality service principles.

    The Contractor must be prepared to take special precautions and consider alternate methods when working in sensitive areas to minimize impacts on the natural environment and Greenbelt users. The need to work efficiently must be balanced with environmental considerations at all times.

    Contract Term

    This ITT contemplates entering into a Contract having a Term of two (2) consecutive years beginning April 1, 2018, and ending March 31, 2020.

    Scope of Work

    The Maintenance Management Contract consists of providing Landscape and Civil maintenance services as well as Snow and Ice Control and Waste/Cleaning services on Greenbelt sites and/or areas. The Contract also includes reporting obligations.

    Contractor’s Responsibilities

    The Contractor shall provide at his/her own expense all labour, material and equipment needed to perform the Work. These costs include, but are not limited to, all vehicles, material (including plant materials), Consumables, products, Equipment, Components, tools, labour as well as all subcontracting expenses required to perform the Work and fulfill the obligations of the Contract. The Maintenance services are to be performed in accordance with section 2 (Typical Terms and conditions) of the Contract and all Applicable Laws related to the type of Work required.

    The Contractor shall also be responsible for any Rehabilitation and/or Replacement costs resulting from the absence or lack of Routine and/or non-Routine and/or preventative Maintenance on the part of the Contractor and as indicated in this ITT.

    The majority of the Maintenance requirements outlined in this ITT are seasonal in nature, occurring between the months of April and November inclusively. Some services such as dead/dangerous tree removal, safety pruning and Waste/Cleaning services must be completed on a year round basis.

    The Contractor will be required to provide Maintenance services in the following areas:

    • Hiking and ski trails
    • Forest access roads
    • Recreational pathways
    • Boardwalks and Footbridges
    • Trailheads and parking lots, (picnic areas)
    • Historical/cultural sites (special sites of cultural or historical significance)
    • Natural lands including fences, trees, markers, gates, boulders, etc. adjacent to residential developments.

    All services not included in this Contract are to be awarded based on standard procurement procedures (e.g. competitive bids).

    Contract Boundary and Quality Requirements

    The Contractor shall provide all services within the geographic boundaries as summarized on the map presented in Part II of the Contract documentation. The Contractor shall provide all services to the standards of quality detailed in the Contract documentation. Whenever a limit on a map runs along a natural asset (e.g. cliff, escarpment, etc.), the Contractor’s obligation shall extend to that entire asset. If the limit runs along a shoreline, the Contractor’s obligation shall extend to the water’s edge wherever it may be at any given time.

    General Instructions to Bidders

    ADDRESS ENQUIRIES IN WRITING TO: Allan Lapensée, Senior Contract Officer, email allan.lapensee@ncc-ccn.ca

    Enquiries regarding this ITT must be submitted in writing to the Senior Contract Officer as early as possible within the solicitation period. Enquiries should be received no later than ten (10) business days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer not being provided. To ensure consistency and quality of the information provided to Bidders, the Senior Contract Officer shall examine the content of the enquiry and shall decide whether or not to issue an amendment. All enquiries and other communications related to this tender sent throughout the solicitation period are to be directed ONLY to the Senior Contract Officer. Non-compliance with this requirement during the solicitation period can, for that reason alone, result in disqualification of a proposal

    INVITATION DATE: December 19, 2017

    BID CLOSING DATE: February 20, 2018 at 3:00 p.m. EST(addendum 2)

    SEND TENDERS TO:

    National Capital Commission, Procurement Services, 40 Elgin Street, Security office on the 2nd floor, Ottawa, ON K1P 1C7, Refer to NCC tender file # AL1715

    There is a public opening scheduled shortly after the bid closing time at 40 Elgin Street, Ottawa, ON on the 2nd floor.
    The procurement process of this tender is subject to trade agreements : Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Chapter 5 - Canadian Free Trade Agreement (CFTA), Chapter 19 - Comprehensive Economic and Trade Agreement (CETA), but exempt from Chapter 10 - North American Free Trade Agreement (NAFTA), and, exempt from World Trade Organization-Agreement on Government Procurement (WTO-AGP) .

    The official Government Electronic Tendering Service website is http://buyandsell.gc.ca . Please ensure that you download your document from this site, in order to obtain all information related to the tender. It is your responsibility to ensure that you have received all the posted tender information to ensure tender compliance and not be disqualified.

    Site Tour (non-mandatory)

    Bidders are invited to attend at their own expense, a tour of selected Greenbelt sites. The site visit will begin at 10am EST sharp, on January 16, 2018 at the trailhead parking area (P21) located at the corner of Anderson and Ridge, Ottawa, Ontario.

    https://goo.gl/maps/Ebxn7VHtGVG2

    Bidders are asked to confirm their attendance no later than January 15, 2018, by e-mail at allan.lapensee@ncc-ccn.ca . Bidders are advised to be on time. The site visit will consist of an overview tour of selected sites.

    It is highly recommended that Bidders attend the site tour to ensure they have proper and comprehensive knowledge of the scope of the work required.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    National Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    Canada
    Contracting authority
    Lapensée, Allan
    Phone
    613-239-5678 x5051
    Email
    allan.lapensee@ncc-ccn.ca
    Address
    40 Elgin Street, Suite 202
    Ottawa, ON, K1P 1C7
    CA

    Buying organization(s)

    Organization
    National Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    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
    English
    14
    French
    14
    English
    16
    French
    16
    English
    22
    French
    22
    English
    30
    000
    English
    54
    French
    30
    000
    French
    14

    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

    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: