Green roof maintenance 2 Rideau

Solicitation number EJ196-192365/A

Publication date

Closing date and time 2019/03/01 14:00 EST


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    ENOR - Green Roof Maintenance 
    2 Rideau Street (Government Conference Centre) Ottawa, Canada
    EJ196-192365/A    Hill, Cris    Telephone No.  613-296-3573 
    --------------------------------------------------------------------------------------------------------------------------------------------
    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 2 Rideau Street, Government Conference Centre (GCC), 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, 2019), with Canada retaining an irrevocable option to extend the contract for a period of three (3) additional consecutive twelve (12) month periods.
     
    Option to Extend Contract
    The Contractor hereby grants to Canada three (3) irrevocable options to extend the term of the Contract each for an ADDITIONAL CONSECUTIVE TWELVE (12) MONTH PERIOD, under the same terms and conditions as contained in the Contract. 
    It is to be noted that Canada is not obliged to exercise any of these three (3) options. The exercise of any option will be at Canada's sole discretion, by providing notification in writing to the Contractor at least thirty (30) days prior to the Contract expiry date or the expiry date of an exercised option period.
    
    Mandatory Site Visit 
    Personnel security screening is required prior to gaining authorized access to sites. Bidders must communicate with the Contracting Authority no later than Feb 14/19 to confirm attendance and provide the name(s) and date of birth(s) of the person(s) who will attend. 
    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 2 Rideau Street on February 21, 2019 at 11:00am. Bidders are to meet at the main entrance.
    
    Note security clearance of Site Access or Secret will be required for 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 At Bid Closing
    The following security requirements (SRCL and related clauses provided by ISP) 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).
    
    
    Evaluation Procedures
    Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.
    
    Technical and Financial Evaluation - Mandatory Requirements
    
    (1) Mandatory Site Visit attendance;  
    
    (2) (Mandatory) Security Clearance of Site Access or Secret, 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

    • No trade agreements are applicable to this solicitation process

    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
    000
    English
    24
    000
    French
    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: