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)

    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
    Grogan, Lynn
    Phone
    (819) 956-2796 ( )
    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
    000
    English
    7
    001
    English
    1
    000
    French
    2
    001
    French
    0

    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)
    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: