Interior Plant Maintenance

Solicitation number EJ196-190393/A

Publication date

Closing date and time 2019/01/14 14:00 EST

Last amendment date


    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: 
    
    EJ196-190393/A    ENOR    Hill, Cris     Telephone No - 613-296-3573 
    Interior Plant Maintenance Various Buildings - THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT
    
    Requirement     
    To provide labour, transportation, equipment and materials required to maintain, supply and install To provide labour, transportation, equipment and materials required to maintain, supply and install interior plants for Public Works and Government Services Canada (PWGSC), at Various Locations,
    250 Albert, 427 Laurier, 344 Slater, 320 Queen, 112 Kent, 222 Queen, 80 Wellington, 99 Metcalfe,
    20 Fitzgerald, 21 Fitzgerald, 25 Fitzgerald, 35 Fitzgerald, 2323 Riverside, 395 Terminal, 750 Heron, 
    2465 St. Laurent, 255 Albert, 333 Laurier, 300 Laurier Ottawa, ON and 9 Montclair, Gatineau, QC
    for a period of one (1) year, Canada reserves the irrevocable option to extend the contract for four (4) consecutive periods of twelve (12) months each in accordance with all terms and conditions detailed in the Request For Proposal (RFP) document. The services must be provided in accordance with Annex “A”.
    
    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 start at L’Esplanade Laurier (300 Laurier) on December 18, 2018. The site visit will begin at 9:00am at 140 O’Connor
    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/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).
    
     
    Technical and Financial Evaluation - Mandatory Requirements
    Bids will be examined to determine their compliance with the following Mandatory Requirements:
    
    (1) Mandatory Site Visit attendance;  
    
    (2) (Mandatory) Security Clearance of Reliability, at bid closing, in accordance with Part 6,                                      
           Security Requirements; 
    
    (3)  (Mandatory) Employee Information for Security at bid closing in accordance with Part 6, 6.2 
    
    (4) (Mandatory) Full Time Supervisor’s qualifications in accordance with Part 3, Section 4: Technical Bid 
    
    (5) (Mandatory) Contractor’s Experience and Past Performance in accordance with Part 3, Section 4:
          Technical Bid.  
    
    (6) (Mandatory) Submission of Firm Price/Rates in Canadian funds in accordance with Part 3, Section I:          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. 
    
    Contractors will not be reimbursed for the cost of responding to this Request for Proposal
    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)

    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
    (613) 296-3573 ( )
    Email
    cris.hill@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    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
    001
    English
    11
    001
    French
    1
    000
    English
    23
    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
    Highest Combined Rating of Technical Merit and 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: