Snow Removal Contract - CFS Leitrim
Solicitation number EJ196-130139/B
Publication date
Closing date and time 2012/10/16 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 (English Notice of Request) Retender Snow Removal - CFS Leitrim EJ196-130139/B Hill, Cris (819) 956-1343 ***************************************************************** ************* This Amendment is raised to answer the questions following the site visit of September 11, 2012 and to Revise items within the Request for Proposal (RFP) (1) At Part 3 - 3.3 Full Time Supervisor Duties - Delete from RFP in its entirety & add to SOW at General Requirements: (2) At Part 3 - Delete 4. (MANDATORY) Contractor's Experience and Past Performance in its entirety Insert as follows: 4. Revised (MANDATORY) Contractor's Experience and Past Performance (3) At PART 3 - BID PREPARATION INSTRUCTIONS Revise Section III Financial Security At 1.1, 1 a & b and at 3, remove 50% and replace with 20% (4.a) At Part 4 - Evaluation Procedures and Basis of Selections Delete: "Note: Bids will be evaluated based on 80% of the pricing (Schedule 1) and 20% on the "as & when" (Schedule 2, 3 and 4)" Insert: "The evaluation will be based on the Lowest Responsive Bid Price, a combination of the overall lowest total bid of which 80% will be for the firm pricing (Schedule 1 and 2) and 20% on the "as & when" (Schedule 3, 4 and 5)." (4.b) At Part 4 - Evaluation Procedures and Basis of Selections Delete in its entirety (4) Full Time Supervisor's qualifications in accordance with Part 3, Section 1: Technical Bid 5) At PART 5 - CERTIFICATIONS Delete: 5.1 and 5.1.1 Insert the following: 5.1 Certifications Precedent to Contract Award The certifications listed below should be submitted with the bid but may be completed and submitted afterwards. If any of these required certifications is not completed or submitted as requested, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive. 5.1.1 Revised Code of Conduct Certifications Bidders should provide, with their bids or promptly thereafter, a complete list of names of all individuals who are currently directors of the Bidder (see Annex C). If such a list has not been received by the time the evaluation of bids is completed, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Bidders must submit the list of directors before contract award, failure to provide such a list within the required time frame will render the bid non-responsive. The Contracting Authority may, at any time, request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named in the aforementioned list within a specified delay. Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive (6) At Part 7 - Resulting Contract, 7.2.1 General Conditions revise as follows: Delete in its entirety 7.2.1 General Conditions Insert (Revised): 7.2.1 General Conditions 2035 2012-07-16, General Conditions - Services, apply to and form part of the Contract. The text under Subsection 4 of Section 41 - Code of Conduct and Certifications - Contract of 2035 referenced above is replaced by: During the entire period of the Contract, the Contractor must diligently update, by written notice to the Contracting Authority, the list of names of all individuals who are directors of the Contractor whenever there is a change. As well, whenever requested by Canada, the Contractor must provide the corresponding Consent Forms. (7) At Part 7 - Resulting Contract, 7.14 Revise Contract Financial Security as follows: At 1.1, 1 a & b and at 3, remove 50% and replace with 20% (8) Delete in its entirety Annex D - Consent to a Criminal record Verification (9) Delete in its entirety Annex F - Site Plans Insert the Revised Annex F - Site Plans dated September 25, 2012 (10) Delete in its entirety Annex G - Bidders Proposal Checklist ALL OTHER TERMS & CONDITIONS SHALL REMAIN THE SAME ***************************************************************** ************ This amendment is raised to include the following information: 1. Closing date has been extended from October 9, 2012 to October 16, 2012. 2. A third solicitation amendment will follow soon ***************************************************************** ************* This amendment is raised to include the following information: 1. Closing date has been extended from September 24, 2012 to October 9, 2012. 2. A second solicitation amendment will follow soon. ***************************************************************** ************ IMPORTANT NOTICE TO BIDDERS IMPORTANT CHANGES HAVE BEEN BROUGHT TO SECTION 01 "CODE OF CONDUCT AND CERTIFICATIONS - BID" OF CLAUSE 2003 (2012-07-11) STANDARD INSTRUCTIONS - GOODS OR SERVICES - COMPETITIVE REQUIREMENTS. PLEASE REFER TO PART 5, 5.1.1 ***************************************************************** ****************************************************** Requirement 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 MANDATORY ITEM: Due to the nature of this requirement and in order to gain access to the sites all interested bidders must submit the Names (legal name) of their representatives that will be attending the Mandatory Site Visit to the Contracting Authority by e-mail or fax (819-956-3600) no later than September 5, 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 September 5, 2012 could be denied access to the sites. It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held on September 11 2012 at 9:30am at CFS Leitrim Guard House, 3545 Leitrim Road, Ottawa, Ontario . Bidders will be required to sign an attendance form. Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejected as non-compliant. NO EXCEPTIONS WILL BE MADE. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. A maximum of two (2) representatives per bidder will be permitted to examine the sites. Site Plan(s) (To be given out at Site Visit) No electronic devices: cell phones, pagers , two way radios, cameras, etc. are allowed on site except for the Pusher Hut Road area. Cell phone use is permitted in the Pusher Hut area for emergency use only ENOR (English Notice of Request) Retender Snow Removal - CFS Leitrim EJ196-130139/B Hill, Cris (819) 956-1343 ***************************************************************** *********** Evaluation Procedures Bids will be assessed in accordance with the entire requirement of the bid sollicitation including the technical and financial evaluation criteria. Technical and Financial Evaluation - mandatory requirements (1) Attendance at the mandatory site visit (if applicable); (2) Security Clearance of Reliability at bid closing, in accordance with Part 6, Security Requirements; (3) Submission of a Firm Price/Rate in Canadian funds for all the items listed in Part 3, Section II: Financial Bid ; 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) Full Time Supervisor's qualifications in accordance with Part 3, Section 1: Technicial Bid (5) 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. Basis of selection A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price 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 3.1 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). 3.2 The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. 3.3 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 3.4 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). Mandatory Security Clearance 6.1.2.1. The security requirements specified at clause 7.3.1 must 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. Retender Snow Removal - CFS Leitrim EJ196-130139/B Hill, Cris (819) 956-1343 ***************************************************************** *********** 6.1.2.2. The security requirements specified at 7.3.2 must 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. 6.1.2.3. It is a mandatory that the Bidder provide the information requested in the chart below at time of bid closing for only the proposed employees to provide services against any resulting Contract. If the information is not provided at bid closing, 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.F61028.EBSU005.PDF | 005 |
French
|
0 | |
ABES.PROD.BK__FK.B258.F61028.EBSU003.PDF | 003 |
French
|
1 | |
ABES.PROD.BK__FK.B258.F61028.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.BK__FK.B258.F61028.EBSU000.PDF | 000 |
French
|
0 | |
ABES.PROD.BK__FK.B258.F61028.EBSU004.PDF | 004 |
French
|
1 | |
ABES.PROD.BK__FK.B258.F61028.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.BK__FK.B258.E61028.EBSU001.PDF | 001 |
English
|
3 | |
ABES.PROD.BK__FK.B258.E61028.EBSU002.PDF | 002 |
English
|
1 | |
ABES.PROD.BK__FK.B258.E61028.EBSU000.PDF | 000 |
English
|
5 | |
ABES.PROD.BK__FK.B258.E61028.EBSU003.PDF | 003 |
English
|
3 | |
ABES.PROD.BK__FK.B258.E61028.EBSU004.PDF | 004 |
English
|
2 | |
ABES.PROD.BK__FK.B258.E61028.EBSU005.PDF | 005 |
English
|
0 |
Access the Getting started page for details on how to bid, and more.