Landscape/Snow Clearing Maintenance

Solicitation number EP305-150189/A

Publication date

Closing date and time 2015/03/24 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   Major E.J.G. Holland VC
    Armoury, 2100 Walkley Road, Ottawa       EP305-150189/A      
    Hill, Cris Telephone No. 819-956-1343    Fax No. 819-956-3600   
    cris.hill@pwgsc.gc.ca
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    --------
    Requirement     
    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,
    Major E.J.G. Holland VC Armoury, 2100 Walkley Road, 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, 2015) 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 the
    site visit to be held atMajor E.J.G. Holland VC Armoury, 2100
    Walkley Road at the main entrance, Ottawa, Ontario onMarch 3,
    2015. The site visit will begin at9:00am.
    Bidders must communicate with the Contracting Authority no later
    than March 2, 2015 to confirm attendance and provide the name(s)
    of the person(s) who will attend. Bidders will be required to
    sign an attendance sheet. Bidders should confirm in their bid
    that they have attended the site visit. Bidders who do not
    attend the mandatory site visit or do not send a representative
    will not be given an alternative appointment and their bid will
    be declared non-responsive. 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
    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 C;
    
    b)	Industrial Security Manual (Latest Edition).
    
    
    
    Snow Clearing/Landscape Maintenance   Major E.J.G. Holland VC
    Armoury, 2100 Walkley Road, Ottawa       EP305-150189/A      
    Hill, Cris Telephone No. 819-956-1343    Fax No. 819-956-3600   
    cris.hill@pwgsc.gc.ca
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    --------
    
    Technical and Financial Evaluation and Basis of Seclection
    
    Technical and Financial Evaluation - mandatory requirements at
    bid closing
    
    (1) Mandatory Site Visit attendance;  
    
    (Mandatory) Security Clearance of Reliability Status, at bid
    closing, in accordance with Part 6,  Security Requirements; 
    
    	(3) (Mandatory) Full Time Supervisor's qualifications in
    accordance with Part 3,  Section 1: Technicial
    	      Bid 
    
    (4) (Mandatory) Contractor's Experience and Past Performance in
    accordance with Part 3, Section 1:
          Technical Bid. 
    
    (5)  (Mandatory) Employee Information for Security at bid
    closing in accordance with Part 6, 6.2	
    
    (6) (Mandatory) Submission of Firm Price/Rates in Canadian funds
    in accordance with Financial Bid                 Annex B;
    
    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 and 2) and 20% on the "as and 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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 EN 10
    002 FR 1
    001 EN 13
    001 FR 0
    000 EN 36
    000 FR 6

    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: