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)

    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.

    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: