SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Janitorial Services - Parliament Hill and Blocks

Solicitation number EJ196-150925/A

Publication date

Closing date and time 2015/08/05 15:00 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
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    SOLICITATION AMENDMENT NO.001   EJ196-150925/A
    
    JANITORIAL SERVICES - PARLIAMENT HILL VARIOUS LOCATIONS AND
    BLOCKS 1, 2 AND 3, OTTAWA, ONTARIO.
    
    The purpose of this Solicitation Amendment is for the following:
    
    1.  Revise the Solicitation Closing Date 
    2.  Revise Section II, Financial Bid
    3.  Revise Building Information Sheet for Victoria Building, 140
    Wellington.
    4.  Add Lighting Information sheets and plans for the Sir John A
    MacDonald Building
    5.  Revise Annex B Statement of Work
    6.  Revise at Part 2 - Bidder Instructions, clause 2003 Standard
    Instructions
    7.  Revise Part 5 Certifications
    8.  Revise at Part 7, Resulting Contract Clauses, article 2.1
    General Conditions
    9. Revise at Part 7, Resulting Contract Clauses, article 14.
    Priority of Documents
    
    Please see attached Amendment.
    *****************************************************************
    ***************************************************
    Requirement
    To provide Janitorial Services including all labour, material
    and equipment for Public Works and Government Services Canada
    (PWGSC), at Parliament Hill and Blocks 1, 2 and 3, Relamping and
    Cleaning of Light Fixtures at various buildings,  Ottawa,
    Ontario, Canada. The services must be provided in accordance
    with Statement of Work attached at the Request for Proposal.
    
    Period
    The period of any resulting Contract shall be for a period of
    two (2) year(s) plus up to three (3) additional consecutive
    twelve (12) month periods, under the same conditions.
    
    At the time of the exercise of each option year (from Option
    Year 2 - for contracts with 2 year period), 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 expiration date
    of the current period of the contract ("period").  The CPI which
    shall be used is published in Statistics Canada Catalogue no.
    62-001-X, tables 9-1 to 9-12, for the appropriate province
    all-items CPI of the period as described above.
    
    Consumer Price Index for Canada is published by Statistics
    Canada and is available at:
    
    http://www5.statcan.gc.ca/bsolc/olc-cel/olc-cel?catno=62-001-X&ch
    ropg=1&lang=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
    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 Facility Security Clearance (FSC) at the level of SECRET
    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
    personnel security screening at the level of SECRET, RELIABILITY
    STATUS, or SITE          ACCESS, as required, 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).
    
    MANDATORY ITEM FOR THE 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 (Joanne Ladouceur) by close of
    business on July 8, 2015.
    
    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 close of business on July 8th, 2015, will be denied access to
    the sites.
    
    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  on July 14, 2015 at 8:30 am..The site
    visit will begin at Postal Station B,  59 Sparks Street, Ottawa,
    Ontario.
    
    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 maximium of two (2) representatives per company
    will be permitted to examine the site.
    
    Mandatory requirements:
    
    MANDATORY Security Clearance of  SECRET, SITE ACCESS AND
    RELIABILITY, at bid closing, in accordance with Part 6, 
    Security Requirements; 
    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 email: 
    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, 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
    003
    French
    1
    003
    English
    13
    002
    French
    1
    002
    English
    11
    001
    French
    0
    001
    English
    15
    000
    French
    7
    000
    English
    46

    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: