SAP Ariba system maintenance

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

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Organic Waste Collection and Composting

Solicitation number 21401-25-4011841

Publication date

Closing date and time 2022/05/17 14:00 EDT

Last amendment date


    Description

    This requirement is for: The Correctional Service of Canada, Ontario Region Institutions.

    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 Indigenous Business: This procurement is not subject to any set-asides for Indigenous 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 hereinafter referred to as CSC, has a requirement to collect and dispose of wet organic waste accumulated within the sites listed in the deliverables.

    Objectives:

    The Contractor must provide bins of sufficient construction, configuration, and quantity to hold a full charge of wet organic wastes accumulated at the sites listed below (the “collection sites”), and have on hand sufficient numbers of bins for the quantities and schedule below, including clean bin exchange. Bin size not to exceed 120L volume and have wheels and handles to allow for full bin movement. Bins must be such that they can be reasonably moved manually from site storage areas to loading areas with minimal risk of injury or spilling. Bins must have fitted lids to reduce decay, odour, and access for vermin. CSC will not accept dumpsters.

    Deliverables:

    1. The Contractor must collect organic waste materials from the sites specified and according to the frequency in the table below. The approximate current annual quantity of organic waste generated, provided for reference, is 750 tonnes. The Contractor must provide the number of bins in the table below to each site as a minimum, at any time.

    COLLECTION SITE COLLECTION FREQUENCY MINIMUM WEEKLY BINS ON SITE

    Millhaven Institution Monday, Wednesday, Friday 8

    Bath Institution Monday, Wednesday, Friday 20

    Collins Bay Medium Institution Monday, Wednesday, Friday 12

    Collins Bay Minimum Institution Monday, Wednesday, Friday 12

    Joyceville Medium Institution Monday, Wednesday, Friday 10

    Joyceville Minimum Institution Monday, Wednesday, Friday 6

    Warkworth Institution Tuesday 32

    The Contractor will not have access to the CSC sites for collection on Federal Statutory Holidays. The Contractor must skip organic waste collection on Federal Statutory Holidays and resume normal collection on the next regularly scheduled collection day. The number of bins in the above table includes contingency for long weekends or missed collections.

    1. The Contractor must accept organic waste material with non-hazardous contaminants. The estimated weight of non-hazardous waste contaminants is 5% of the organic waste material. The Contractor must dispose of contaminants in accordance with all regulatory requirements and landfill policies. Non-hazardous waste contaminants that exceeds 5% must be accepted at no additional cost.
    2. The Contractor must transport collected organic waste materials to a processing facility, or transport it intermediately to a transfer station. The Contractor’s drivers must hold valid driver’s licenses appropriate for the vehicles the Contractor uses for waste collection. The Contractor must hold all appropriate approvals and licenses for its vehicles and receiving sites from all authorities with jurisdiction, including Ontario Ministry of the Environment Certificates of Approval for Waste Management Systems and Waste Disposal Sites.
    3. The Contractor must have organic wastes processed to a commercial grade compost product.
    4. The Contractor must provide the Project Authority with a monthly invoice package including:
    1. Waybills signed by site CSC staff indicating date of collection and number of bins collected;
    2. Monthly summary of the mass of organic waste collected per site or per collection route for each collection date; and,
    3. Any additional charges such as transport and delay charges. The Contractor must explain in detail the reasons why the charges were incurred.
    1. General requirements and implications of the work include:
    1. Collection sites are correctional institutions with restricted access and movement. As part of site security requirements, CSC staff will inspect and search the Contractors staff, load and vehicles for contraband before granting access to the site;
    2. The Project Authority must approve the schedule and the Contractor must confirm deviations from the schedule with designated CSC site representatives. Note that access to CSC sites is typically restricted to the hours 08:00 – 11:00 and 13:30 – 15:00, Monday to Friday inclusive (except Federal Statutory Holidays where sites are unavailable);
    3. The Contractor may encounter delays in accessing sites due to institutional operations or security conditions. The Contractor should allow up to 45 minutes at each site for controlled access and departure (including vehicle searches), at no additional cost to CSC;
    4. The Contractor must take every precaution and provide all personal protective equipment for all of their employees in work areas; and,
    5. The Project Authority must approve any additional task over and above the tasks described in this statement of work.

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of October 1, 2022 to September 30, 2023 with the option to renew for two (2) additional one-year periods.

    File Number: 21401-25-4011841

    Contracting Authority: Jason Scott

    Telephone number: 613-530-3001

    Facsimile number: 613-536-4571

    E-mail: Jason.Scott@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.

    Procurement Assistance Canada (PAC) 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
    Scott, Jason
    Phone
    613-530-3001
    Email
    Jason.Scott@csc-scc.gc.ca
    Address
    445 Union St. W.
    Kingston, ON, K7L 4Y8
    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.

    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
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: