Live-in Caretaker Services for Security and Maintenance of T'sek Hot Springs (Skoomkumchuck/St/ Agnes Wells) Lilloeet River Valley, British Columbia

Solicitation number 1000234442

Publication date

Closing date and time 2021/10/12 14:00 EDT


    Description

    Live-in Caretaker Services for Security and Maintenance of T'sek Hot Springs (Skoomkumchuck/St/ Agnes Wells) Lilloeet River Valley, British Columbia An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 1. Definition of the requirement: Indigenous Services Canada has a requirement for a live-in caretaker. The work will involve the following: 1.1Objectives: The objective of this contract is to contract a live-in caretaker (“the Contractor”) to perform security and maintenance services of the real property and the buildings located on the property. 1.2Tasks: The live-in caretaker must: 1.1 Provide on-site security by conducting daily patrols of the property, including the campsite located at the hot springs. 1.2 Monitor activities on the property, including those activities at the campsite located at the hot springs. 1.3 Maintain the grounds and provide snow removal services, lawn maintenance and brushing, as required. 1.4 Maintain the grass landing area. 1.5 Identify potential problems and take the appropriate repair or corrective actions, as required. 1.6 Maintain and repair all buildings, structures, infrastructures, including (but not limited to) the: a) Main residence (2 bedrooms, 2 bathrooms, hot tub), including the Load Control apparatus for the Electrical system b) Guest Cabin (1 bedroom, 1 bathroom) c) Shop / Warehouse d) Powerhouse (Water Driven Generator, 25 kw Generator, 24'' Pelton Wheel), including the Main Breaker Panel, 1900 ft of 8'' penstock (water line) to feed system e) Campsite (hot tubs, outhouses, wooden structures) 1.7 Advise individuals engaging in any unauthorized activities that these activities are not permitted, and ask them to cease and desist and/or leave the property. 1.3 Expected results: The caretaker shall keep the property and all buildings, structures, infrastructures secure and well-functioning. 1.4 Performance standards: The caretaker’s performance shall be measured against the described tasks and expected results. 1.5 Deliverables: The caretaker shall submit bi-weekly reports on any issues and conditions of the property and take any actions to address any issues. 1.5.2 Paper consumption: a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority. b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest. c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements). 1.6 Constraints: 1.6.1 Location of work: a. The Contractor must perform the work at The T’sek Hot Springs at St Agnes Well (Skookumchuck) property (DL1747), located on the Lillooet River, British Columbia, is a federal Crown real property held by Crow-Indigenous Relations and Northern Affairs Canada for treaty negotiation purposes. The real property consists of 59 hectares of land, 4 buildings (262 m2), and a rustic campsite at the hot springs with 9 outhouses, 6 hot tubs and other wooden structures. b. Travel The caretaker shall be a live-in caretaker and is expected to be on the property on a full-time basis. If and when travel is required to purchase supplies, the caretaker shall use his/her own vehicle that can be driven on remote forest service road. 1.6.2 Language of Work: The contractor must perform all work in English. 1.6.3 Security Requirements: This contract includes the following security requirements: No security is required 2. Criteria for assessment of the statement of capabilities (minimum essential requirements): Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: Experience: (a list of must haves) • Must have a minimum of 4 years experience, obtained in the last 7 years prior to the ACAN closing date, in providing specialized family liaison work with incarcerated female offenders. This specialized family liaison work must include family needs assessments, family reintegration planning, expertise in family court procedures, and the provision of staff and community training on the impact of incarceration on female offenders and their families • Must have a minimum of two years of experience, within the last five years prior to the ACAN closing date, working in the field of gender sensitization. • Must have a toll free information line related to family reintegration services for offenders and their families. Academic qualifications: • The supplier’s personnel providing the services must possess a University Degree in Social Work or Criminology/Sociology or Women’s’ studies. • The degree must have been obtained from a recognized Canadian university or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada. • The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site. 3. Applicability of the trade agreement(s) to the procurement This procurement is not subject to any trade agreement. 4. Set-aside under the Procurement Strategy for Aboriginal Business This procurement is not subject to any set-asides for Aboriginal Suppliers. 5. Comprehensive Land Claims Agreement(s) This procurement is not subject to a Comprehensive Land Claims Agreement. 6. Justification for the Pre-Identified Supplier The pre-identified supplier meets all of the minimum essential requirements described in this ACAN. 7. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection (a) only one person is capable of performing the contract. 8. Exclusions and/or Limited Tendering Reasons This procurement is not subject to any trade agreement. 9. Ownership of Intellectual Property There are no intellectual property terms in the contract. 10. Period of the proposed contract or delivery date The proposed contract is for a period of one (1) year, from November 13th, 2021 to November 12th, 2022 with an option to extend the contract for two (2) additional one (1) year periods. 11. Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $ 193,176.00 (GST/HST extra). 12. Name and address of the pre-identified supplier Name: Robin Trethewey Address: Box 37, Mt. Currie, BC V0N 2K0 13. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 14. Closing date and time for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is October 12, 2021 at 2:00 PM ADT. 15. Inquiries and submission of statements of capabilities Inquiries and statement of capabilities are to be directed to: Procurement Officer: Wei-Min Ma Level: Intermediate Procurement Officer E-mail: wei-min.ma@canada.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Indigenous Services Canada
    Address
    10 Wellington St.
    Gatineau, Quebec, K1A0H4
    Canada
    Contracting authority
    Ma, WeiMin
    Phone
    819-997-3711
    Email
    wei-min.ma@canada.ca
    Address
    10 Wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Indigenous Services Canada
    Address
    10 Wellington St.
    Gatineau, Quebec, K1A0H4
    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
    French
    3
    000
    French
    4
    001
    English
    11
    000
    English
    8

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive - Limited Tendering
    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: