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) 

Interior/Entrance Doors & Exit Doors

Solicitation number EJ196-080830/A

Publication date

Closing date and time 2012/04/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    		ENOR 		Interior/Entrance Doors & Exit Doors     	EJ196-080830/A
    		Cris Hill 	Telephone No. (819) 956-1343 		Fax No. (819)
    956-3600
    -----------------------------------------------------------------
    -------------------------------------------------
    
    ***This amendment is raised to change the Bid Closing Date of
    Request for Proposal (RFP) to 
    April 10, 2012 at 2:00 pm.***
    
    
    Requirement
    To provide 5 Year preventative maintenance services, for
    interior and exterior doors, automatic doors, turn-styles,
    security portals, revolvers, and security gates for Public Works
    and Government Services Canada (PWGSC) located at 269 Laurier
    Avenue, National Defense HQ, 101 Colonel By Drive and
    Parliamentary Precinct (Victoria Building, La Promenade
    Building, Library of Parliament, CIBC Building, Supreme Court of
     Canada, Parliament Hill (Center, East & West Block), Booth
    Building, Wellington Building, Confederation Building, Justice
    Building, No 1 Wellington Street and 1170 Algoma Road, Ottawa,
    Ontario, Canada in accordance with the Scope of Work attached
    herein as Annex A.
    
    Period of Contract
    The period of any resulting Contract shall be for a period of 5
    years
    
    Mandatory Security Clearance     
    It is a mandatory that the security requirements specified at
    clause 6.3.1  be met by the Bidder at time of bid closing.  If
    the security requirements are not met at bid closing, your
    proposal will be deemed non-responsive and no further
    consideration will be given.
    
    Security Requirement
    1. 	The Contractor must, at all times during the performance of
    the Contract, hold a valid Facility Security Clearance at the
    level of SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    2. 	The Contractor personnel requiring access to CLASSIFIED
    sensitive work site(s) must EACH hold a valid personnel security
    screening at the level of SECRET, granted or approved by
    CISD/PWGSC.
    
    3. 	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    4. 	The Contractor must comply with the provisions of the:
    	(a) 	Security Requirements Check List and security guide (if
    applicable), attached at Annex A
    	(b) 	Industrial Security Manual (Latest Edition).
    
    Mandatory Site Visit 
    
    MANDATORY ITEM:
    Due to the nature of this requirement and in order to gain
    access to the sites the company Representative(s) must have a
    Security Clearance of Secret in order to attend the Mandatory
    Site Visit, as such, it is  MANDATORY that all interested
    bidders, submit the Names (legal name) and birth dates of their
    representatives that hold a Security Clearance of Secret that
    will be attending the Mandatory Site Visit to the Contracting
    Authority (Cris Hill) no later than March 13, 2012.   
    
    It is the responsibility of the bidders to ensure that the
    Contracting Authority is in receipt of this information by the
    date shown.  Bidders who fail to submit the required information
    by March 13, 2012 will be denied access to the sites.
    
    It is  MANDATORY that the bidder attend the site visit at the
    designated date and time to examine
    the scope of the work required and the existing conditions. A
    maximum of two (2) representatives per bidder will be permitted
    to examine the sites.
    
    The site visit may be held over a 2 day period, March 20 & 21,
    2012. The Site Visit will commence at 8am March 20, 2012 at the
    main entrance of 269 Laurier Ave, Ottawa and will end at 1170
    Algoma Road (see attached map/directions as per Annex C for
    Algoma Road).
    
    It is mandatory that all persons attending this site visit have
    the proper safety foot wear. If you do not have the proper
    safety foot wear you will be denied access to the site visit,
    and your bid will be considered non responsive.
    
    Bidders who, for any reason, cannot attend at the specified date
    and time will not be given an alternative appointment to view
    the site and their proposals, therefore, will be considered as
    non-responsive.  NO EXCEPTIONS WILL BE MADE.
    
    As proof of attendance, at the site visit, the Contracting
    Authority will have an Attendance Form which MUST be signed by
    the bidder's representative. It is the responsibility of all
    bidders to ensure they have signed the Mandatory Site Visit
    Attendance Form prior to leaving the site.  Proposals submitted
    by bidders who have not attended the site visit or failed to
    sign the Attendance Form will be deemed non-responsive.
    
    Evaluation Procedures
    Bids will be examined to determine their compliance with the
    following Mandatory Requirements:
    
    (1) Bidders shall attend the mandatory site visit, and sign the
    attendance form;  
    
    (2) Mandatory Security Clearance of  Secret, at bid closing, in
    accordance with Part 6,  Security
         Requirements; 
    
    (3) Submission of Firm Price/Rates in Canadian funds in
    accordance with Part 3, Section II: 
          Financial Bid;  3.1.8
    
    (4) Mandatory Contractor's Experience & Past Performance in
    accordance with Part 3, Section 1:
          Technical Bid,   3.1.3
    
    (5) Mandatory Card(s) at bid closing, in accordance with Part 3,
    Section 1:  Technical Bid, 3.1.4
    
    (6) Mandatory Service Technician Supervisor Experience  in
    accordance with Part 3, Section 1:     
          Technical Bid, 3.1.5
    
    (7) Mandatory Service Technician Experience in accordance with
    Part 3, Section 1: 
          Technical Bid, 3.1.6.1
      
    Only proposals found to meet ALL the mandatory requirements will
    be deemed acceptable proposals and will be further evaluated in
    accordance with the evaluation criteria.  Proposals not meeting
    ALL of the mandatory requirements will be deemed non-responsive
    and will be given NO further consideration
    
    
    
    4.2 	BASIS OF SELECTION
    The responsive bid with the lowest evaluated price will be
    recommended for award of a contract. 
    
    Bidders will be responsible for the cost of responding to this
    Request for Proposal (RFP).
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Hill, Cris
    Phone
    (819) 956-1343 ( )
    Fax
    (819) 956-3600
    Address
    11 Laurier St./ 11, rue Laurier
    3C2, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    000
    French
    4
    001
    French
    1
    000
    English
    12
    001
    English
    1

    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
    National Capital Region (NCR)

    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: