SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

Waste Removal Services – CORCAN Construction and Manufacturing Waste

Solicitation number 21C10-19-3044433

Publication date

Closing date and time 2020/08/28 16:00 EDT

Last amendment date


    Description

    Waste Removal Services – CORCAN Construction and Manufacturing Waste

    This requirement is for: The Correctional Service of Canada, CORCAN, various locations in Canada.

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Korea Trade Agreement (CKTA), North American Free Trade Agreement (NAFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: lowest priced compliant bid.

    CSC may award up to a maximum of six (6) Standing Offer, one (1) for each STREAM 1 to 6, identified below as a result of this solicitation.

    Bidders may submit a bid for one or multiple STREAMS. However, bidders submitting a bid for multiple STREAMS must be able to provide waste removal services to all the institutional site(s) listed within the STREAMS for which they are submitting a bid.

    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 does not include security requirements.

    Nature of Requirements:

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

    The Correctional Service of Canada (CSC) – CORCAN has a requirement to provide Waste Removal Services for Construction, Demolition and/or Manufacturing waste at various locations.

    Objective: To provide scheduled and/or nonscheduled (on demand) Waste Removal services of Construction, Demolition and/or Manufacturing waste for various CSC CORCAN locations listed below:

    STREAM 1 –

    1. Springhill Institution (Medium Security Facility)

    330 McGee Street

    Springhill Nova Scotia

    B0M 1X0

    STREAM 2 –

    1. Dorchester Institution (Medium Security Facility)

    4902 Main Street

    Dorchester, New Brunswick

    E4K 2Y9

    2. Dorchester (Minimum Security Facility)

    4902A Main Street

    Dorchester, New Brunswick

    E4K 2Y9

    STREAM 3 –

    1. CORCAN Community Industries Building

    310 Baig Blvd

    Moncton New Brunswick

    E1E 1C8

    STREAM 4 –

    1. CSC CORCAN Warehouse

    1484 Centennial Dr.

    Kingston ON

    2. Bath Institution (Medium Security Facility)

    5775 Bath Road

    P.O. Box 1500

    Bath ON

    K0H 1G0

    3. Collins Bay Institution (Medium Security Facility)

    1455 Bath Rd

    P.O. Box 190

    Kingston ON

    K7L 4V9

    4.Collins Bay Institution (Minimum Security Facility)

    1455 Bath Rd

    P.O. Box 7500

    Bath ON

    K7L 5E6

    5. Joyceville Institution (Minimun Security Facility)

    Hwy 15

    P.O. Box 4510

    Kingston ON

    K7L 4X9

    6. Warkworth Institution (Medium Security Facility)

    County Rd #29

    P.O. Box 760

    Campbellford ON

    K0L 1K0

    STREAM 5 –

    1. Stony Mountain Institution (Medium Security Facility)

    Building C5

    Highway #7 North at Stony Mountain

    Stony Mountain, MB

    R0C 3A0

    2. Stony Mountain Institution (Minimum Security Facility)

    Building F75

    Highway #7 North at Stony Mountain

    Stony Mountain, MB

    R0C 3A0

    STREAM 6 –

    1. CSC CORCAN Construction

    246 Montée Gagnon

    Ste-Anne-des-Plaines, QC

    J0N 1H0

    2. CSC CORCAN Construction

    190 Montée Saint-François

    Laval, QC

    H7C 1S5

    NOTE: CSC - CORCAN Construction Managers may require unscheduled waste removal services (On Demand) for a location not specified herein, located up to a maximum of 200 km from the contractor’s place of business. 

    Deliverables:

    The Contractor must:

    • Supply all labour, materials and equipment necessary to collect, transport and dispose of construction and/or manufacturing waste and/or recyclables from CORCAN sites identified herein.
    • Provide scheduled and/or unscheduled pick-ups of waste as requested by the Construction and/or Manufacturing managers of the institutional sites.
    • Dispose of all waste in conformance with all applicable Federal, Provincial and Municipal laws.
    • Dispose of the waste materials in an environmentally friendly manner following applicable City, Provincial and Federal regulations and guidelines.
    • Provide weigh tickets, provided at the time of pick-up if the trucks are equipped with scales and can generate slips or have them forwarded to the site manager (CORCAN) within 24 hours of pick-up.
    • Provide the removal/replacement of waste containers within 24 hours of notice. If the required waste container is not in stock at time of request, the Contractor must hire a sub-contractor capable of providing the requested waste container within 24 hours. The Contractor will cover any additional costs associated for the provision of waste container(s) by a sub-contractor.

    Term of Contract:

    Period of the Standing Offer:

    FOR STREAMS 1, 2, 4, 5 and 6 - The Work is to be performed during the period of standing offer award to July 31, 2021, with the option to renew for three (3) additional one-year periods.

    FOR STREAM 3 – The Work is to be performed during the period of November 14, 2020 to July 31, 2021, with the option to renew for three (3) additional one-year periods.

    File Number: 21C10-19-3044433

    Contracting Authority: Claudette Chabot

    E-mail: Claudette.Chabot@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading 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 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.

    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
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Chabot, Claudette
    Phone
    306-659-9255
    Email
    claudette.chabot@csc-scc.gc.ca
    Address
    3427 Faithfull Avenue
    Saskatoon, SK, S7K 8H6
    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
    007
    English
    12
    007
    French
    1
    006
    English
    9
    006
    French
    1
    005
    English
    8
    005
    French
    0
    004
    English
    8
    English
    7
    French
    1
    004
    French
    0
    003
    English
    9
    003
    French
    0
    002
    English
    6
    002
    French
    2
    001
    English
    13
    001
    French
    3
    000
    English
    36
    English
    14
    French
    2
    000
    French
    11

    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
    Manitoba
    ,
    New Brunswick
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    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: