Interior Plant Maintenance
Solicitation number EJ196-122893/A
Publication date
Closing date and time 2012/08/21 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Amendment 001 This amendment is raised to revise the following; (1) The Solicitation Closing date has been extended to August 21, 2012 (2) The pricing basis for Pricing Schedule 2. ================================================================= ================ THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT Security Requirement 1.1 The Contractor must, at all times during the performance of the Contract, 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). 1.2 The Contractor 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. 1.3 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 1.4 The Contractor 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). (Consult the Canadian Industrial Security Directorate (CISD) Website at 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). Mandatory Security Clearance 1. It is a mandatory that the security requirements specified at clause 1.2 be met by the Bidder at time of bid closing. If the security requirements are not met at bid closing, your proposal will be deemed non-responsive and no further consideration will be given. 2. It is a mandatory that the security requirements specified at 1.2 be met by the Bidder for all of the employees proposed for this contract at time of bid closing. If the security requirements are not met at bid closing, your proposal will be deemed non-responsive and no further consideration will be given. 3. It is a mandatory that the security clearance at 1.2 of the proposed employee(s) be owned by the Bidder. If the security clearance is not owned by the Bidder your proposal will be deemed non-responsive and no further consideration will be given. 4. It is a mandatory that the Bidder provide the information requested in the chart below at time of bid closing for only the proposed employees to provide services against any resulting Contract. If the information is not provided at bid closing, your proposal will be deemed non-responsive and no further consideration will be given. Requirement To provide labour, transportation, equipment and materials required to maintain, supply and install interior plants for Public Works and Government Services Canada (PWGSC), at Les Terrasses de la Chaudière, 1 Promenade du Portage, 15 Eddy, 25 Eddy, 10 Wellington, Gatineau, Québec, Canada, for a period of two (2) years with Canada retaining an irrevocable option to extend the contract for a period of three (3) additional consecutive twelve (12) month periods in accordance with all terms and conditions detailed in the Request For Proposal (RFP) document. The services must be provided in accordance with Annex "A". Mandatory Site Visit MANDATORY ITEM: Due to the nature of this requirement and in order to gain access to the sites the company Representative(s) must have a Security Clearance of Secret in order to attend the Mandatory Site Visit, as such, it is MANDATORY that all interested bidders, submit the Names (legal name) and birth dates of their representatives that hold a Security Clearance of Secret that will be attending the Mandatory Site Visit to the Contracting Authority (Lynn Grogan) no later than July 17, 2012. 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 July 17, 2012 will be denied access to the sites. It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held on July 24, 2012 at 9:30 am, will begin at the front entrance of 15 Eddy, Gatineau, Quebec, Canada. 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. A maximum of two (2) representatives per bidder will be permitted to examine the sites. Evaluation Procedures Bids will be examined to determine their compliance with the following Mandatory Requirements: (1) Mandatory Site Visit attendance; (2) Mandatory Security Clearance of Secret, at bid closing, in accordance with Part 6, Security Requirements; (3) Mandatory Contractor's Experience & Past Performance in accordance with Part 3, Section 1: Technical Bid; (4) Provision of the Mandatory Full-time Supervisor(s) Expertise or Experience; (5) Submission of Firm Price/Rates in Canadian funds in accordance with Part 3, Section II: Financial Bid Only proposals found to meet ALL the mandatory requirements will be deemed acceptable proposals and will be further evaluated in accordance with the evaluation criteria. Proposals not meeting ALL of the mandatory requirements will be deemed non-responsive and will be given NO further consideration. BASIS OF SELECTION The lowest priced responsive bid which meets the requirement of the Federal Contractor's Program for Employment Equity indicated herein will be recommended for award of a contract. Contractors will not be reimbursed for the cost of responding to this Request for Proposal Period of Contract This Contract is valid during the period of (estimated commencement date) 1 October, 2012 to 30 September, 2014 with three (3) options to extend the contract each for an additional consecutive twelve (12) month period. Option to Extend Contract The Contractor hereby grants to Canada three (3) irrevocable options to extend the term of the Contract each for an ADDITIONAL CONSECUTIVE TWELVE (12) MONTH PERIOD, under the same terms and conditions as contained in the Contract. It is to be noted that Canada is not obliged to exercise any of these three (3) options. The exercise of any option will be at Canada's sole discretion, by providing notification in writing to the Contractor at least sixty (60) days prior to the Contract expiry date or the expiry date of an exercised option period. 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)
-
Agreement on Internal Trade (AIT)
-
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
- Grogan, Lynn
- Phone
- (819) 956-2796 ( )
- 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.BK__FK.B280.E60748.EBSU000.PDF | 000 |
English
|
7 | |
ABES.PROD.BK__FK.B280.E60748.EBSU001.PDF | 001 |
English
|
1 | |
ABES.PROD.BK__FK.B280.F60748.EBSU000.PDF | 000 |
French
|
2 | |
ABES.PROD.BK__FK.B280.F60748.EBSU001.PDF | 001 |
French
|
0 |
Access the Getting started page for details on how to bid, and more.