JANITORIAL CONTRACT - DND SITES

Solicitation number EP076-160242/A

Publication date

Closing date and time 2015/12/22 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Solicitation No. EJ196-160242/A
    Janitorial Services, Hull Armoury (Gatineau, QC) & Holland Armoury, Cartier Square & Military Stores Building (M.S.B.), Rockliffe Health Care Center (Ottawa, ON).
    Requirement
    To provide Janitorial Services including all labour, material and equipment for Public Works and
    Government Services Canada (PWGSC), located at Hull Armoury (188 Alexandre-Taché Boulevard, Gatineau, Québec), Cartier Square (2 Queen Elizabeth Drive, Ottawa, Ontario), Military Stores Building (4 Queen Elizabeth Drive, Ottawa, Ontario), Holland Armoury (2100 Walkley Road, Ottawa, Ontario), Photo Unit Building (NRC Campus Building M23, Ottawa, Ontario), NDMC
     Health Care Center (1745 Alta Vista, Ottawa, Ontario), Canada. The services must be provided in accordance with Statement of
    Work EJ196-160242 , attached to the Request for Proposal.
    
    Period of the Contract
    The period of the contract is for two (2) years with three (3) options to extend for an additional period of
    twelve (12) consecutive months each. 
    
    At the time option year 2 and option year 3 are exercised, the rates in 
    the Basis 
    
    of Payment will be increased or decreased by multiplying the rates by the percentage change in “The Consumer Price Index”, major components, selected sub-groups and special aggregates, provinces, Whitehorse and Yellowknife, not seasonally adjusted” (“CPI” ) for the appropriate province for the 12 month period ending two months before the expirati
    on date of the current periodof the contract (“period”).  The CPI 
    which will be used is published in Statistics Canada Catalogue no. 62-001-X, tables 9-1 to 9-12, for the appropriate province all-items CP
    I of the period as described above.
    
    Consumer Price Index for Canada is published by StatisticsCanada and 
    is available at: 
    ? http://www5.statcan.gc.ca/bsolc/olc-cel/olc-cel?catno=62-001-X&chropg=1&la
    ng
    
    =eng ; or
    ? http://www.statcan.gc.ca/subjects-sujets/cpi-ipc/cpi-ipc-eng.htm ; or
    ? http://cansim2.statcan.ca , Table 326-0020
    
    Security Requirement
    1.  The Contractor must, at all times during the performance of the Contract, hold a valid Designated 
    Organization Screening (DOS), issued by the Canadian Industrial Se
    curity Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    2. The Contractor 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 must comply with the provision of the:
     (a) Security Requirements Check List and security guide (if applicable).
     (b) Industrial Security Manual (Latest Edition).
    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 held at 
    main entrance, Hull Armoury, 188 Boulevard Alexandre-Taché, Gatineau, Quebec on December 1, 2015. The visit will begin at 8:30am. 
    The site visit will begin with Hull Armoury and will then continue with ot
    
    
    her locations (Cartier Square (2 Queen Elizabeth Drive, Ottawa, Ontario), Military Stores Building (4 Queen Elizabeth Drive, Ottawa, Ontario), Holland Armoury (2100 Walkley Road, Ottawa, Ontario), Photo Unit Building (NRC Campus Building M23, Ottawa, Ontario), NDMC Health Care Center (1745 Alta Vista, Ottawa, Ontario), Canada).  
    
    Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders wh
    o do not attend the mandatory site visitor do not send a 
    representative will not be given an alternative appointment and their bid will be declared non-responsive. NO EXCEPTIONSWILL BE MADE.  A maximum of two (2) representatives per company will be permitted to examine the site.
    Any clarification or change to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.  
    
    Mandatory Requirements
    A) Attendance at the mandatory site visit;
    B) Reliability Security clearance at bid closing;
    C) Contractor’s Experience and Past Performance;
    D) Non Working On-Site Supervisor’s Expertise and Experience;
    E) Submission of a Firm Price/Rate in Canadian funds for all the items listed in the RFP, Part 3,    
                 Section II, Financial Bid;
    
    All enquiries are to be submitted in writing to the Contracting Authority Lyne Bergeron at facsimile (819- 956-3600 or E-Mail:    lyne.bergeron@pwgsc-tpsgc.gc.ca
    
    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
    • Agreement on Internal Trade (AIT)
    • 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
    Bergeron, Lyne
    Phone
    (819) 956-9475 ( )
    Address
    11 Laurier St./ 11, rue Laurier
    3C2, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    French
    1
    001
    English
    23
    000
    French
    6
    000
    English
    64

    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
    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: