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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Hill, Cris
- Phone
- (819) 956-1343 ( )
- Fax
- (819) 956-3600
- Address
-
11 Laurier St./ 11, rue Laurier
3C2, Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__FK.B258.F59416.EBSU000.PDF | 000 |
French
|
4 | |
ABES.PROD.BK__FK.B258.F59416.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.BK__FK.B258.E59416.EBSU000.PDF | 000 |
English
|
12 | |
ABES.PROD.BK__FK.B258.E59416.EBSU001.PDF | 001 |
English
|
1 |
Access the Getting started page for details on how to bid, and more.