Snow Removal Contract - CFS Leitrim

Solicitation number EJ196-130139/A

Publication date

Closing date and time 2012/07/09 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: 
    NOR (Notice of Request)
    Snow Removal - CFS Leitrim   EJ196-130139/A   Hill, Cris   (819)
    956-1343 
    *****************************************************************
    ***********
    (1) Closing date is July 9, 2012 and not July 11, 2012 as
    specified in Solicitation Amendment 001
    
    (2) Security Requirement Check List (SRCL) (Reliability Status):
    To be given out at Site Visit
    
    (3) Annex D - Site Plans: To be given out at Site Visit
    
    (4) Annex A - PWGSC Grounds Maintenance Statement of Work -
    English Only 
    *****************************************************************
    ***********************************************
    Statement of Work
    To provide Snow Removal Service including all labour, material,
    equipment, supervision and transportation for Public Works and
    Government Services Canada (PWGSC),  located at  CFS Leitrim,
    3545 Leitrim Road, Ottawa, Ontario, Canada.  The services must
    be provided in accordance with the PWGSC Grounds Maintenance
    Specifications attached at Annex A.
    
    Period of  Contract
    The period of any resulting Contract shall be for a period of
    1year.  The estimated commencement date is November 1, 2012.
    
    Option to Extend Contract
    The Contractor hereby grants to Canada two (2) irrevocable
    options to extend the term of the Contract each for an
    ADDITIONAL CONSECUTIVE TWELVE (12) MONTH PERIOD, under the same
    terms and conditions as contained in the Contract. It is to be
    noted that Canada is not obliged to exercise any of these two
    (2). The exercise of any option will be at Canada's sole
    discretion, by providing notification in writing through a
    formal Contract Amendment to the contractor prior to the
    contract expiry date
    
    Mandatory Site Visit
    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 will be held on  June 20, 2012 at  9:30 located
    at CFS Leitrim Guard House, 3545 Leitrim Road, Ottawa, Ontario,
    Canada. 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 and no
    further consideration will be given to the proposal.
    
    1.	Evaluation Procedures
    Bids will be examined to determine their compliance with the
    following Mandatory Requirements:
    
    (1) (Mandatory) Site Visit attendance;  
    
    (Mandatory) Security Clearance of  Reliability Status, at bid
    closing, in accordance with Part 6,  Security Requirements; 
    
    (3) (Mandatory) Submission of Firm Price/Rates in Canadian funds
    in accordance with Part 3, Section II: Financial Bid;
    ENOR (English Notice of Request)
    Snow Removal - CFS Leitrim   EJ196-130139/A   Hill, Cris   (819)
    956-1343 
    *****************************************************************
    ***********
    Note: Bids will be evaluated based on 80% of the firm pricing
    (Schedule 1) and 20% on the "as & when" (Schedule 2, 3 and 4).
    
    (4) (Mandatory) Full Time Supervisor's qualifications in
    accordance with Part 3,  Section 1: Technicial Bid 
    
    (5) (Mandatory) Contractor's Experience & Past Performance in
    accordance with Part 3, Section 1:
          Technical Bid. 
    
    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.
    
    2. 	BASIS OF SELECTION
    The lowest priced responsive bid which meets the requirement of
    the Federal Contractor's Program for
    Employment Equity indicated herein will be recommended for award
    of a contract.
    
    Contractors will not be reimbursed for the cost of responding to
    this Request for Proposal
    
    SECURITY REQUIREMENT
    (Consult the Canadian Industrial Security Directorate (CISD)
    Website at Additional information on PWGSC security can be found
    on the following web site: http://ssi-iss.tpsgc-pwgsc.gc.ca/    
    or by dialing 1-866-368-4646 (Toll free).  
                                                   
    1.2.1.     The Contractor must, at all times during the
    performance of the Contract, hold a valid Designated
    Organization Screening (DOS), issued by the Canadian Industrial
    Security Directorate (CISD), Public Works and Government
    Services Canada (PWGSC).
    
    1.2.2.      The Contractor personnel requiring access to
    sensitive work site(s)  must EACH hold a valid RELIABILITY
    STATUS, granted or approved by CISD/PWGSC.
    
    1.2.3.  	Subcontracts which contain security requirements are
    NOT to be awarded                            without the prior
    written permission of CISD/PWGSC.
    
    1.2.4.  	The Contractor must comply with the provisions of the:
    
    	(a) Security Requirements Check List and security guide (if
    applicable), attached at Annex B;
    	(b) Industrial Security Manual (Latest Edition).
    
    1.3       Mandatory Security Clearance     
    1.3.1.      It is a mandatory that the security requirements
    specified at clause 1.2.1  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.
    
    1.3.2.      It is a mandatory that the security requirements
    specified at 1.2.2 be met by the Bidder for all of the employees
    proposed for this contract 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.
    
    1.3.3.    It is a mandatory that the security clearance at 1.2.2
    of the proposed employee(s) be owned  by the Bidder.  If the
    security clearance is not owned by the Bidder your proposal will
    be deemed non-responsive and no further consideration will be
    given.
    
    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
    0
    002
    French
    0
    001
    French
    0
    001
    English
    4
    002
    English
    3
    000
    English
    11

    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)
    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: