All Yr Grounds - Airport Group
Solicitation number EJ196-193295/A
Publication date
Closing date and time 2019/07/11 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / 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 - Landscape/Snow Maintenance at Aircraft Services Directorate (T-58) 200 Comet Private; Aircraft Services Training Center (TO-276), 20 Airbus Private; Gloucester Landfill Facility 2300 Leitrim Rd.; Macdonald-Cartier Data Center (MCDC) 1600 Tom Roberts Ave.; U-100 Bldg.,1900 Research Rd, Ottawa, Canada EJ196-193295/A Hill, Cris Telephone No. 613-296-3573 -------------------------------------------------------------------------------------------------------------------------------------------- This Solicitation Amendment002 is raised to (1) revise pricing Schedule 5 Extra Work to delete 12in brush and insert grader, (2) Revise SOW,(3) Revise site plans and (4) add Site visit minutes ------------------------------------------------------------------ Requirement To provide Snow Removal Service and Landscape Maintenance services including all labour, material, equipment, supervision and transportation for Public Works and Government Services Canada (PWGSC), located at Aircraft Services Directorate (T-58) 200 Comet Private; Aircraft Services Training Center (TO-276), 20 Airbus Private; Gloucester Landfill Facility 2300 Leitrim Rd.; Macdonald-Cartier Data Center (MCDC) 1600 Tom Roberts Ave.; U-100 Bldg.,1900 Research Rd, Ottawa, Canada. The services must be provided in accordance with the PWGSC Grounds Maintenance Specifications attached at Annex A. Mandatory Site Visit Bidders are asked to park in the gated parking lot as a guard will be waiting. Just mention you are there for the job site visit/showing. 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 start at T58, 200 Comet Pvt on June 21, 2019. The site visit will begin at 9:00am Bidders should communicate with the Contracting Authority no later than June 14, 2019 to confirm attendance and provide the name(s) of the person(s) who will attend. Note: The meeting will begin exactly at the time specified above. It is best that bidders should arrive at least 15 minutes prior to the commencement of the mandatory site visit, as anyone arriving after the meeting has begun will not be allowed to participate in the mandatory 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 Mandatory Required - Security Requirement at bid closing 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 the CISD/PWGSC. 3. Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of the 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 AND BASIS OF SELECTION Evaluation Procedures (a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria. (b) An evaluation team composed of representatives of Canada will evaluate the bids. Technical Evaluation Mandatory requirements: (1) Mandatory Site Visit attendance; (2) (Mandatory) Security Clearance of Reliability 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) Full Time Supervisor’s qualifications in accordance with Part 3, Section 1: Technicial Bid (5) (Mandatory) Gardener’s qualifications in accordance with Part 3, Section 1: Technicial Bid (6) (Mandatory) Contractor’s Experience and Past Performance in accordance with Part 3, Section 1: Technical Bid. (7) (Mandatory) Submission of Firm Price/Rates in Canadian funds in accordance with Part 3, Section II: Financial Bid Annex B; Basis of Selection A 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 & 2) and 2 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)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
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.F77203.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW__FK.B258.E77203.EBSU002.PDF | 002 |
English
|
5 | |
ABES.PROD.PW__FK.B258.E77203.ATTA002.PDF |
English
|
11 | ||
ABES.PROD.PW__FK.B258.E77203.ATTA001.PDF |
English
|
18 | ||
ABES.PROD.PW__FK.B258.F77203.EBSU001.PDF | 001 |
French
|
3 | |
ABES.PROD.PW__FK.B258.F77203.EBSU000.PDF | 000 |
French
|
4 | |
ABES.PROD.PW__FK.B258.E77203.EBSU000.PDF | 000 |
English
|
36 | |
ABES.PROD.PW__FK.B258.E77203.EBSU001.PDF | 001 |
English
|
25 |
Access the Getting started page for details on how to bid, and more.