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)
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
- (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, StreetOttawa, Ontario, K1A 0R5
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.E75902.EBSU001.PDF | 001 |
English
|
11 | |
ABES.PROD.PW__FK.B258.F75902.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW__FK.B258.E75902.EBSU000.PDF | 000 |
English
|
23 | |
ABES.PROD.PW__FK.B258.F75902.EBSU000.PDF | 000 |
French
|
4 |
Access the Getting started page for details on how to bid, and more.