SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

Window Cleaning Services

Solicitation number EJ196-191198/A

Publication date

Closing date and time 2019/01/25 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: 
    
    EJ196-191198/A    ENOR
    Hill, Cris     Telephone No - 613-296-3573 
    Window Cleaning Services Justice & Confederation Buildings
    *********************************************************************************************************************
    Requirement     
    To provide Window Cleaning Services including all labour, supervision, transportation, tools, material, and equipment; for Public Works and Government Services Canada (PW GSC), located at Justice Building (249 Wellington Street & Confederation Building (229 Wellington Street) Ottawa, Ontario, Canada, in accordance with the terms and conditions contained in the solicitation.
    This Contract is valid during the period of (estimated commencement date) April 1, 2019 to March 31, 2020 with four (4) options to extend the contract each for an additional consecutive twelve (12) month period. 
    Canada may exercise this option at any time by sending a written notice to the Contractor
    60 days before the contract expiry date.  The option may only be exercised by the Contracting Authority, and will be evidenced, for administrative purposes only, through a contract amendment.
    
    Mandatory Site Visit 
    Due to the nature of this requirement and in order to gain access to the sites it is MANDATORY that all interested bidders, submit the Names (legal name) and birth dates of their representatives that will be attending the Mandatory Site Visit to the Contracting Authority Cris Hill no later than January 3, 2019.
    It is the responsibility of the Bidders to ensure that the Contracting Authority is in receipt of this information by the date shown. Bidders who fail to submit the required information by January 3, 2019 will be denied access to the sites.
    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 January 9, 2019 at 8:00AM starting at 229 Wellington - Confederation Building.
    Bidders should communicate with the Contracting Authority no later than January 3, 2019 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.
    It is mandatory that bidders provide and wear safety boots for the site visit. Bidders who do not comply will not be permitted to attend the site visit.
    A maximum of two (2) representatives per bidder will be permitted to examine the sites
    
    Security Requirement at Bid Closing
    1.  The Contractor/Offeror personnel requiring access to secure work site(s) must, at all times during the performance of the Contract/Standing Offer, 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/Offeror must comply with the provisions of the Security Requirements Check List and security guide (if applicable), attached at Annex C.
    
    The Company Security Officer must ensure through the Contract Security Program that the Contractor
    and individuals hold a valid Security clearance at the required level.
    
    Technical and Financial Evaluation - mandatory requirements
    
    Bids will be assessed in accordance with the entire requirement of the bid solicitation including the financial evaluation criteria.
    Technical  and Financial  Evaluation - mandatory requirement
    (1) Mandatory Site Visit attendance; 
    (2) (Mandatory) Security Clearance of Site Access Status 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) Submission of Firm Price/Rates in Canadian funds.
    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 with the lowest evaluated price 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)

    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
    6
    001
    French
    0
    000
    English
    21
    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: