Janitorial Services - L'Esplanade Laurier

Solicitation number EJ196-201175/A

Publication date

Closing date and time 2020/04/07 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    SOLICITATION NO. EJ196-201175/A
    JANITORIAL SERVICES - L’EPLANADE LAURIER
    Requirement
    To provide Janitorial Services including all supervision, labour, material and equipment for Public Works and Government Services Canada (PWGSC), located at L’Esplanade Laurier, 300 Laurier Avenue West, Ottawa, Ontario, Canada. The services must be provided in accordance with the Statement of Work attached to the Request for Proposal.
    
    Period
    The period of any resulting Contract will be for a period of two (2) year(s) plus up to three (3) additional consecutive twelve (12) month periods, under the same conditions.
    
    Security Requirement
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (PWGSC).
    
    2. The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP/ISS/PWGSC.
    3.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP/ISS/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).
    Mandatory Site Visit and Bidders Conference
    It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have   been made for the Site Visit and Bidders Conference to be held at L’Esplanade Laurier, 300 Laurier Avenue West, Ottawa, Ontario on February 27, 2020 at 8:30 am. The site visit will begin at the Main Entrance, L’Esplanade Laurier, 300 Laurier Ave West, (West Tower), Ottawa, Ontario. 
    
    Immediately following the Mandatory Site Visit a Mandatory Bidders Conference will be held.  The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. 
    
    It is mandatory that bidders who intend to submit a bid attend.  Bidders should provide, in writing, to the Contracting Authority, the names of the persons who will be attending and a list of questions they wish to table no later than February 24, 2020.
    Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the Site Visit and Bidders Conference. Bidders who do not attend the mandatory Site Visit and Bidders Conference 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 and Bidders Conference will be included as an amendment to the bid solicitation. A maximum of two (2) representatives per bidder will be permitted to examine the site. 
    Proposals will be evaluated against Mandatory and Point Rated Criteria.
    
    Mandatory Requirements
    1) Attendance at the Site Visit and Bidders Conference;
    2) Security clearance of RELIABILITY at bid closing, in accordance with Part 6, Security Requirements;
    3) Contractors Experience and Past Performance - Letters of Reference
    4) Submission of Firm Price/Rates in Canadian funds for all the items listed in the RFP, Part 3, Section II, Financial Bid.
    
    Point Rated Criteria
    Management Plan
    Personnel Plan
    Equipment and Materials
    Quality Assurance
    Start-up Plan
    
    All enquiries are to be submitted in writing to the Contracting Authority Joanne Ladouceur by 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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Ladouceur, Joanne
    Phone
    (613) 296-4701 ( )
    Email
    joanne.ladouceur@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    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
    005
    French
    3
    005
    English
    14
    004
    French
    0
    004
    English
    13
    003
    French
    1
    003
    English
    14
    002
    French
    3
    002
    English
    17
    001
    French
    3
    001
    English
    16
    000
    French
    14
    000
    English
    68

    Access the Getting started page for details on how to bid, and more.

    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
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.