green roof maintenance
Solicitation number EJ196-181695/A
Publication date
Closing date and time 2018/03/12 15:00 EDT
Description
Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: ENOR - Green Roof Maintenance 144 Wellington St (SJAM) and 180 Wellington St (Wellington Bldg) , Ottawa, Canada EJ196-181695/A Hill, Cris Telephone No. (873) 469-4891 Fax No. (819) 956-3600 Requirement To provide Green Roof Maintenance services including all labour, material, equipment, supervision and transportation in accordance with the Statement of Work attached at Annex A, for Public Services and Procurement Canada (PSPC) at Sir John A. MacDonald (SJAM) Building, 144 Wellington Street and the Wellington Building, 180 Wellington Street, Ottawa, Ontario, Canada. 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 at Sir John A. MacDonald (SJAM) Building, 144 Wellington Street and the Wellington Building, 180 Wellington Street on February 23, 2018 at 9:00am. The site visit will begin at SJAM) Building, 144 Wellington Street. Note security clearance of Site Access or Secret will be required for the Site Visit. Personnel security screening is required prior to gaining authorized access to sites. Bidders must communicate with the Contracting Authority no later than February 19, 2018 to confirm attendance and provide the name(s) and date of birth(s) of the person(s) who will attend. The Bidder’s Company Security Officer (CSO) must ensure that their representatives hold a valid security clearance at the required level for the site visit. Failure to comply with the security requirements will result in the representative(s) being denied access to the site. As there is ladder to climb, please ensure proper footwear/ work boots are worn at the site visit. 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 The following security requirements (SRCL and related clauses provided by the Contract Security Program) apply and form part of the Contract. 1. The Contractor personnel requiring access to secure work site(s) must, at all times during the performance of the Contract, EACH hold a valid SITE ACCESS Clearance, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Contractor must comply with the provisions of the Security Requirements Check List and security guide (if applicable), attached at Annex C. Technical and Financial Evaluation - Mandatory Requirements (1) Mandatory Site Visit attendance; (2) (Mandatory) Security Clearance of Site Access, 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) Submission of Firm Price/Rates in Canadian funds in accordance with Part 3, Section II: Financial Bid Annex B; Basis of selection A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. Responsive bids will be evaluated 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 20% of the "as and when" (Pricing Schedule 2) 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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
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
- (873) 469-4891 ( )
- Email
- cris.hill@tpsgc-pwgsc.gc.ca
- 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.PW__FK.B258.F74256.EBSU000.PDF | 000 |
French
|
9 | |
ABES.PROD.PW__FK.B258.E74256.EBSU000.PDF | 000 |
English
|
31 |
Access the Getting started page for details on how to bid, and more.