Snow Removal & Landscape Maintenance

Solicitation number EP305-142883/B

Publication date

Closing date and time 2014/09/02 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    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: 
    Snow Clearing/Landscape maintenance  EP305-142883/B
    Hill, Cris Telephone No. 819-956-1343    Fax No. 819-956-3600   
    cris.hill@pwgsc.gc.ca
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    --------
    SUMMARY
    (i)   Requirement   -  To provide Snow Clearing and Landscape
    Maintenance services including all labour, material,
    equipment, supervision and transportation in accordance with the
    Statement of Work attached at Annex A.
    
    (ii) Client Department - For Public Works and Government
    Services Canada (PWGSC) at Les Terrasses de la Chaudiere
    (LTDLC), 15 Eddy, Gatineau, Quebec, Ontario, Canada.
    
    (iii) Period of contract - The period of any resulting Contract
    will be for a period of one (1) year (estimated commencement
    date November 1, 2014), 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 
    
    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 August 6, 2014, at 09:00am, located at Les
    Terraces de la Chaudière, 15 Eddy Street, Gatineau, Quebec,
    Canada
    
    Bidders should communicate with the Contracting Authority no
    later than 3 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
    
    Security Requirement
    The following security requirement (SRCL and related clauses)
    applies and form part of the Contract. 
    
    	1.	The Contractor/Offeror must, at all times during the
    performance of the Contract/Standing Offer, hold a valid
    		Designated Organization Screening (DOS), issued by the
    Canadian Industrial  Security Directorate 		(CISD), Public Works
    and Government Services Canada (PWGSC).
    
    	2.      The Contractor/Offeror 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/Offeror 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).
    
    Consult the Canadian Industrial Security Directorate (CISD)
    Website for more information. 
    	http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html
    
    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 and 2) and 20% on the "as & when" (Pricing Schedule 3, 4 and
    5) will be recommended for award of a contract.
    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)
    • Canada-Panama Free Trade Agreement
    • 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
    002
    English
    7
    002
    French
    3
    001
    English
    8
    001
    French
    6
    000
    English
    13
    000
    French
    4

    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)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    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: