SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

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)

    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
    (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 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
    002
    English
    6
    002
    French
    1
    001
    English
    6
    001
    French
    2
    000
    English
    16
    000
    French
    5

    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: