Interior Plant Maintenance

Solicitation number EJ196-123265/A

Publication date

Closing date and time 2013/01/07 14:00 EST

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: 
    
    There are no changes to the Notice of Proposed Procurement (NPP)
    *****************************************************************
    ********************************************************
    
    THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT
    
    
    SECURITY REQUIREMENT   
    1.     The Contractor must, at all times during the performance
    of the Contract, hold a valid Designated Organization Screening
    (DOS), issued by the Canadian Industrial Security Directorate
    (CISD), Public Works and Government Services Canada (PWGSC). The
    contractor's Company Security Officer must hold a valid SECRET
    Clearance, granted or approved by CISD/PWGSC.
    
    2.      The Contractor personnel requiring access to
    Parliamentary Precinct sensitive work site(s) must EACH hold a
    valid SITE ACCESS clearance, 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 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).
    
    Security Requirement
    1.	Before award of a contract, the following conditions must be
    met:
    the Bidder must hold a valid organization security clearance as
    indicated in Part 7 - Resulting Contract Clauses;
    	
    The Bidder's proposed individuals requiring access to classified
    or protected information, assets, or sensitive work site(s) must
    meet the security requirement as indicated in Part 7 - Resulting
    Contract Clauses;
    	
    the Bidder must provide the name of all individuals who will
    require access to classified or protected information, assets or
    sensitive work sites.
    
    2.   	Bidders are reminded to obtain the required security
    clearance  promptly. Any delay in the award of a contract to
    allow the  successful bidder to obtain the required clearance
    will be at the  entire discretion of the Contracting Authority. 
    
    3.	For additional information on security requirements, bidders
    should consult the "Security Requirements on PWGSC Bid
    Solicitation - Instructions for Bidders" 
    (http://www.pwgsc.gc.ca/      
    acquisitions/text/plain/plainpm-e.html#a31) document on the
    Departmental Standard Procurement Documents Website.
    
    Requirement     
    To provide labour, transportation, equipment and materials
    required to maintain, supply and install interior plants, in
    accordance with the Statement of Work attached in Annex A.
    
    Client Department 
    For Public Works and Government Services Canada (PWGSC) at
    various locations, Centre Block (111 Wellington Street), East
    Block (111 Wellington Street), Confederation Bldg (229
    Wellington Street), Justice Bldg (249 Wellington Street), Dover
    Bldg (185 Sparks Street), Trusco Bldg (131 Queen Street), CBC
    Bldg (181 Queen Street), Howard Jewellers (202 Sparks Street),
    Montreal Trust (100 Sparks Street), Supreme Court (301
    Wellington Street), Time Square (47 Clarence Street), 119 Queen
    Street, 125 Sparks Street, Victoria Bldg (140 Wellington
    Street), La Promenade (151 Sparks Street), and 12 York Street,
    Ottawa, Ontario, Canada.
    
    Period of contract 
    The period of any resulting Contract will be for a period of one
    (1) year (estimated commencement date 
    1 February 2013  to  31 January 2014), with Canada retaining an
    irrevocable option to extend the contract for a period of four
    (4) additional consecutive twelve (12) month periods.
    
    The Contractor hereby grants to Canada four (4) 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 four
    (4) options. The exercise of any option will be at Canada's sole
    discretion, by providing notification in writing to the
    Contractor prior to the Contract expiry date or the expiry date
    of an exercised option period
    
    Mandatory Site Visit
    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 December 17, 2012 at  9:30 am, will begin at
    the main lobby of 181 Queen Street, Ottawa, Ontario, Canada.
    Bidders should communicate with the Contracting Authority no
    later than 5 day(s) before the scheduled visit to confirm
    attendance and provide the names of the person(s) who will
    attend.  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.  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 assessed in accordance with the entire requirement
    of the bid solicitation including the technical and financial
    evaluation criteria.
    
    Technical and Financial Evaluation - Mandatory requirements
    (1) Mandatory Site Visit attendance;  
    
    (2) Submission of the Mandatory Contractor's Experience & Past
    Performance in accordance with RFP Part 3, Section 1: Technical
    Bid;
    
    (3) Submission of the Mandatory Full-time Supervisor(s)
    Expertise or Experience in accordance with RFP Part 3, Section
    1: Technical Bid;  and
    
    (4) Submission of Firm Unit Price 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
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive. The responsive bid with the lowest
    evaluated price will be recommended for award of a contract.
    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
    001
    French
    2
    000
    French
    2
    001
    English
    4
    000
    English
    7

    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: