Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Snow and Ice Removal

Solicitation number EJ196-131692/A

Publication date

Closing date and time 2013/07/02 14:00 EDT

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
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Snow and Ice Removal from Roofs and Eaves - Parliament Hill
    Complexes
    
    Solicitation No. EJ196-131692
    IMPORTANT NOTICE SUPPLIERS
    
    Government of Canada is moving its Government Electronic
    Tendering Service from MERX to Buyandsell.gc.ca/tenders on June
    1, 2013
    
    Starting June 1, 2013, federal government tenders (tender
    notices and bid solicitation documents) will be published and
    available free of charge on a Government of Canada Web site on
    Buyandsell.gc.ca/tenders.
    
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders will be the sole authoritative source
    for Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    Get more details in the Frequently Asked Questions section of
    Buyandsell.gc.ca/tenders. 
    
    After June 1, 2013, all tenders and related documents and
    amendments will be on Buyandsell.gc.ca/tenders.  
    
    On June 1, 2013, suppliers must go to Buyandsell.gc.ca/tenders
    to check for amendments to any tender opportunities that they
    have been following on MERX prior to June 1.  
    
    Bookmark Buyandsell.gc.ca/tenders now to be ready for June 1!
    
    IMPORTANT NOTICE TO BIDDERS
    
    IMPORTANT CHANGES HAVE BEEN BROUGHT TO SECTION I, "CODE OF
    CONDUCT AND CERTIFICATION - BID OF CLAUSE 2003 (2012-11-19)
    STANDARD INSTRUCTIONS - GOODS OR SERVICES - COMPETITIVE
    REQUIREMENTS.  PLEASE REFER TO PART 5, 1.1
    
    Security
    This notice is to advise ALL interested bidders that in order to
    be awarded a contract which contains a security requirement, all
    bidders MUST hold a valid Security Clearance granted or approved
    by PWGSC Canadian Industrial Security Directorate (CISD) at the
    level indicated in this solicitation document. Should the bidder
    not currently hold a valid Security Clearance or require the
    level to be upgraded, PWGSC will sponsor the bidder. Please
    submit your written request with the following information to
    Joanne Ladouceur by facsimile 819-956-3600 or by e-mail to
    joanne.ladouceur@pwgsc-tpsgc.gc.ca
    
    Legal Company Name
    Mailing address
    Surname and given name of contact person
    Telephone number of contact person
    Title of contact person
    Facsimile number
    E-mail address of contact person
    Procurement Business Number
    Preferred Language of correspondence
    Level of Security Required
    
    Additional information on PWGSC security can be found on the
    following web site:
    http://ssi-iss.tpsgc-pwgsc.gc.ca or by dialing 1-866-368-4646
    (Toll free).
    
    
    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 Security Directorate
    (CISD), Public Works and Government Services Canada (PWGSC). 
    The Contractor's Company Security Officer must hold a valid
    SECRET clearance, granted or approved by CISD/PWGSC.
    
    2.	The Contractor personnel requiring access to Parliamentary
    Precinct sensitive work site(s) must EACH hold a valid SITE
    ACCESS clearance, 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).
    	(b) Industrial Security Manual (Latest Edition).
    
    Requirement
    To supply and outlay all essential labour (including fringe
    benefits), supervision, transportation, storage, necessary
    material and apparatus to carry out the snow and ice removal
    from roofs and all other roofing building elements such as but
    not limited to: roofs, temporary loading dock apex, roof drains,
    rooftop unit, perimeter access, rooftop access doors, emergency
    access, flag poles, snow guards, eaves, canopies, dormers,
    gables, ledges, catwalks, railings, parapets, slopped roofs,
    skylights, solariums, window ledges, building wall ledges,
    ducts, access to antennas, chimney's and satellite dish must
    also be clear of snow and ice at the Parliament Hill Complexes
    and complementary facilities including the Centre Block, East
    Block, Justice Building, Confederation Building, 1 Wellington
    and the RCMP Carport. Snow and ice accumulations will be
    proactively monitored by the contractor on a twenty-four (24)
    hours a day, seven (7) days per week (24/7) basis and
    instantaneously removed, for Public Works and Government
    Services Canada (PWGSC). The services must be provided in
    accordance with Statement of Work EJ196-131692 dated January 23,
    2013.
    
    Period of Contract
    The period of any resulting Contract shall be for a period of
    one (1) year with four (4) additional consecutive twelve (12)
    month periods.
    
    NAMES OF REPRESENTATIVES FOR THE SITE VISIT - MANDATORY IN
    ADVANCE
    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 (Joanne Ladouceur) no later than
    4:00 PM, May  30, 2013.
    
    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 4:00 PM, May  30,  2013, will be denied access to the sites.
    
    Mandatory Site Visit
     It is MANDATORY that the bidder or a representative visit the
    work site. Arrangements have been made for site visit to be held
    on June 4, 2013 at  9:30 am, meeting at the Confederation
    Building, 229 Wellington, main entrance, Ottawa, Ontario,
    Canada.   Bidders should communicate with the Contracting
    Authority prior to 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. 
    NO EXCEPTIONS WILL BE MADE.
    
    Any clarifications or changes to the bid solicitation resulting
    from the site visit will be included as an amendment to the bid
    solicitation.
    
    Technical and Financial Evaluation - Mandatory Requirements:
    Security Clearance of  SITE ACCESS, at contract award;
    Contractor's qualification in accordance with Part 3, Section I:
    Technical Bid;
    Non Working On-site Supervisor(s) qualification in accordance
    with Part 3, Section I: Technical Bid;
    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 Joanne Ladouceur at  facsimile (819) 956-3600 or
    E-Mail:  Joanne.Ladouceur@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
    Ladouceur, Joanne
    Phone
    (819) 956-6647 ( )
    Fax
    (819) 956-3600
    Address
    11 Laurier St./ 11, rue Laurier
    3C2, Place du Portage, Phase III
    Gatineau, Qubec, 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
    002
    French
    2
    000
    French
    8
    002
    English
    6
    000
    English
    26

    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)
    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: