Snow and Ice Removal from Roofs - Blocks 1, 2 and 3
Solicitation number EJ196-181441/A
Publication date
Closing date and time 2018/09/05 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / NAFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: SOLICITATION NO. EJ196-181441 /A Blocks 1, 2 and 3 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, roof top 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, chimneys and satellite dish. Snow and ice accumulations are to be proactively monitored by the Contractor throughout a 24 hours a day 7 days a week (24/7) basis and instantaneously removed for Public Works and Government Services Canada, various locations in Ottawa, Ontario. The work is to be performed in accordance with Statement of Work EJ196-181441 attached to the Request for Proposal. Period of Contract The period of any resulting Contract will be for a period of one (1) year with Canada retaining the irrevocable option to extend the period of the Contract by up to four (4) additional consecutive twelve (12) month periods. Security Requirement 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance 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, 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). NAMES OF REPRESENTATIVES FOR SITE VISIT - MANDATORY IN ADVANCE Due to the nature of this requirement 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 8:00 AM, August 7th, 2018. It is the responsibility of the Bidder 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 8:00 AM, August 7th, 2018 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 August 9, 2018. The site visit will begin at 8:30 AM, main entrance, Dover Building, 185 Sparks Street Ottawa, Ontario. It is mandatory that bidders provide and wear all Personnel Protective Equipment for the site visit including: SAFETY BOOTS OR SAFETY SHOES. Bidders who do not comply will not be permitted to attend 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. 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. Roof Plans - To be given out at the Mandatory Site Visit. Technical and Financial Evaluation - Mandatory Requirements 1. Attendance at the Mandatory Site Visit; 2. Security Clearance of SECRET, at bid closing, in accordance with Part 6, Security Requirements. 3. Submission of Contractors Experience and Past Performance in accordance with Part 3, Section I: Technical Bid; 4. Submission of Non-Working On-Site Supervisor(s) Expertise and Experience in accordance with Part 3, Section I: Technical Bid. 5. Submission of Firm Rates 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 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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
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
- Ladouceur, Joanne
- Phone
- (873) 469-4889 ( )
- Email
- joanne.ladouceur@tpsgc-pwgsc.gc.ca
- Fax
- (819) 956-3600
- Address
-
11 Laurier St./ 11, rue Laurier
3C2, Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
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.B279.E75145.EBSU002.PDF | 002 |
English
|
6 | |
ABES.PROD.PW__FK.B279.F75145.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.PW__FK.B279.E75145.EBSU001.PDF | 001 |
English
|
6 | |
ABES.PROD.PW__FK.B279.F75145.EBSU001.PDF | 001 |
French
|
2 | |
ABES.PROD.PW__FK.B279.E75145.EBSU000.PDF | 000 |
English
|
16 | |
ABES.PROD.PW__FK.B279.F75145.EBSU000.PDF | 000 |
French
|
5 |
Access the Getting started page for details on how to bid, and more.