SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Snow Removal and Ice Control Services-St. John’s CCC NFLD and Labrador

Solicitation number 21207-21-3791781

Publication date

Closing date and time 2021/07/08 13:00 EDT

Last amendment date


    Description

    This requirement is for: The Correctional Service of Canada, St. John’s CCC, St. John’s NFLD and Labrador

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), 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

    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 Canada has a requirement for snow and ice clearing services for the St. John’s CCC.

    Objectives:

    The contractor must provide all labour, materials, tools, supervision and equipment necessary for snow removal and Ice Control Services.

    Deliverables:

    Snow and Ice clearing

    The Contractor must clear snow and ice, supply and spread salt to prevent slippery conditions on all areas indicated in appendix D (Parking lot and stairs/sidewalks), such as, parking lots, sidewalks, steps, doorways, ramps, emergency exits, shed entrance and refuse bins.

    In the event of continuing snowfall, the Contractor must clear and remove snow, and make every effort, to ensure that an accumulation of snow not greater than 6 cm (two inches, 2”) will remain at any time.

    The Contractor must clear the parking lot of snow that fell during the night, before 0600 hours, and must continue to keep it clear of snow, as identified in the scope of work, in a timely manner to facilitate both shift and day workers.

    -Day workers arrive between 0700 hours and 08:30 hours and leave between 1600 hours and 1700 hours.

    -Commissionaires arrive at 0630 hours, 1500 hours and 2300 hours for the 3 shift per day.

    For all roads and roadways, the area the contractor must blow and plow is from the edge of the pavement to the edge of pavement or from curb to curb, with the shoulder to be winged back, paying particular attention to intersections for visibility purposes. The contractor must blow or plow these after 6 cm accumulations and repeated during the storm so as to hold snow accumulation to six (6) cm or less, with final complete removal and clearing at the end of the storm. The Contractor must keep snow accumulation in parking lots to a maximum of six (6) cm with particular attention to client worker arrival and departure times.

    The contractor must adjust plow and equipment blades, including down pressure if required, so as to leave a minimum amount of snow on the roadway and other areas. The contractor must also angle said blades away from vehicles, fire hydrants, fences and concrete abutments.

    Sanding and Salting

    The contractor must begin de-icing, salting and sanding when conditions warrant and deemed necessary by the Departmental Representative.

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of November 1, 2021 to October 31, 2022 with the option to renew for four (4) additional one-year periods.

    File Number: 21207-21-3791781

    Contracting Authority: Lise Bourque

    Telephone number: 506-378-8777

    Facsimile number: 506-851-6327

    E-mail: Lise. Bourque@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).

    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-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • 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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Bourque, Lise
    Phone
    506-851-6977
    Email
    Lise.Bourque@csc-scc.gc.ca
    Address
    1045 Main
    Moncton, NB, E1C 1H1
    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
    001
    English
    16
    001
    French
    6
    000
    English
    32
    000
    French
    12

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Region of opportunity
    Newfoundland and Labrador
    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: