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)
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.F60609.EBSU000.PDF | 000 |
French
|
0 | |
ABES.PROD.BK__FK.B258.F60609.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.BK__FK.B258.F60609.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.BK__FK.B258.E60609.EBSU001.PDF | 001 |
English
|
4 | |
ABES.PROD.BK__FK.B258.E60609.EBSU002.PDF | 002 |
English
|
3 | |
ABES.PROD.BK__FK.B258.E60609.EBSU000.PDF | 000 |
English
|
11 |
Access the Getting started page for details on how to bid, and more.