NDMC,Snow Clearing/Landscape Maintenance

Solicitation number EJ196-131360/A

Publication date

Closing date and time 2013/04/05 15:00 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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    ENOR (English Notice of Request)
    Snow Clearing/Landscape Maintenance NDMC EJ196-131360/A   Hill,
    Cris   (819) 956-1343
    *****************************************************************
    ********************************************************
    Amd 004 -This amendment is raised to address the following: 
    (1) Revise Request for Proposal - Part 3 - Bid Preparation
    Instructions Section I Technical Bid &
         Section II Financial Bid,  
    (2) Revise Part 6 - Security Requirement, 
    (3) Revise Part 7- 7.6.1 Limitation of Expenditure,
    (4) Statement of work (SOW) Annex "A"  Section 2 Snow Removal -
    Add  15.  Full time Supervisor
         Duties & Section 3 Landscape -  Add: 3.10  Full time 
    Supervisor Duties (Landscape
        Maintenance), 
    (5) Items highlighted at the mandatory site visit 
    (6) Questions sent in by bidders and 
    (7) Previous Contractor
    *****************************************************************
    **********************************
    Amd 003 - This amendment is raised to Revise the Closing Date
    The Solicitation Closing date has been extended to April 5, 2013
    at 2:00 PM EST.
    And another solicitation amendment will follow soon to revise
    the pricing basis and other elements of the Request for Proposal
    and to answer question sent in.
    *****************************************************************
    *********
    Amd 002 - This Amendment is raised to inform you that a
    solicitation amendment will follow soon to revise the pricing
    basis and other elements of the Request for Proposal and to
    answer question sent in.
    All other terms and conditions remain unchanged
    *****************************************************************
    ************   Amd 001 - At 2.5  Mandatory Site Visit please
    remove the following:
    Bidders should communicate with the Contracting Authority no
    later than 2 day(s) before the scheduled visit to confirm
    attendance and provide the names of the person(s) who will attend
    *****************************************************************
    ********************************************************
    Statement of Work     
    To provide Snow Removal Service and Landscape Maintenance
    services including all labour, material, equipment, supervision
    and transportation in accordance with the Statement of Work
    attached at Annex A.
    
    Client Department 
    For Public Works and Government Services Canada (PWGSC) at
    National Defence Medical Centre (NDMC), 1745 Alta Vista Drive,
    Ottawa, Ontario, Canada
    
    Period of contract 
    The period of any resulting Contract will be for a period of one
    (1) year (estimated commencement date  
    May 1, 2013), with Canada retaining an irrevocable option to
    extend the contract for a period of four (4) additional
    consecutive twelve (12) month periods
    
    Mandatory Site Visit 
    Due to the nature of this requirement and in order to gain
    access to the sites it is MANDATORY that all interested bidders,
    submit the Names (legal name) of their representatives that will
    be attending the Mandatory Site Visit to the Contracting
    Authority (Cris Hill) no later than 10:00 AM, February 26, 2013.
    
    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 10:00 AM, February 26, 2013 will 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 March 5, 2013 at 1745 Alta Vista Drive main
    entrance at 9:30am 
    
    Bidders should communicate with the Contracting Authority no
    later than 2 day(s) before the scheduled visit to confirm
    attendance and provide the names of the person(s) who will
    attend.  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.  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 (To be given out at Site Visit)
    
    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) Mandatory Site Visit attendance;  
    
    (2) (Mandatory) Full Time Supervisor's qualifications in
    accordance with Part 3,  Section 1: Technicial
    Bid 
    
    (3) (Mandatory) Contractor's Experience & Past Performance in
    accordance with Part 3, Section 1:
    Technical Bid. 
    
    (4) Submission of Firm Price/Rates in Canadian funds in
    accordance with Part 3, Section II: Financial Bid
    ENOR (English Notice of Request)
    Snow Clearing/Landscape Maintenance NDMC EJ196-131360/A   Hill,
    Cris   (819) 956-1343
    *****************************************************************
    ********************************************************
    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 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 (Pricing Schedule
    1 & 2) and 20% on the "as & when" (Pricing Schedule 3, 4 & 5)
    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
    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
    	Di-rectorate (CISD), Public Works and Government Services
    Canada (PWGSC).
    
    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.	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 B;
    	
    	   (b) Industrial Security Manual (Latest Edition).
    
    Security Requirement
    1.	Before award of a contract, the following conditions must be
    met:
    the Bidder must hold a valid organization security clearance as
    indicated in Part 7 - Resulting Contract Clauses;
    
    The Bidder's proposed individuals requiring access to classified
    or protected information, assets, or sensitive work site(s) must
    meet the security requirement as indicated in Part 7 - Resulting
    Contract Clauses;
    
    the Bidder must provide the name of all individuals who will
    require access to classified or protected information, assets or
    sensitive work sites.
    
    2.   	Bidders are reminded to obtain the required security
    clearance  promptly. Any delay in the award of a contract to
    allow the  successful bidder to obtain the required clearance
    will be at the  entire discretion of the Contracting Authority. 
    
    3.	For additional information on security requirements, bidders
    should consult the "Security Requirements on PWGSC Bid
    Solicitation - Instructions for Bidders" 
    (http://www.pwgsc.gc.ca/      
    acquisitions/text/plain/plainpm-e.html#a31) document on the
    Departmental Standard Procurement Documents Website.
    
    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 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.

    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.