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)
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.F61613.EBSU001.PDF | 001 |
French
|
2 | |
ABES.PROD.BK__FK.B280.F61613.EBSU000.PDF | 000 |
French
|
2 | |
ABES.PROD.BK__FK.B280.E61613.EBSU001.PDF | 001 |
English
|
4 | |
ABES.PROD.BK__FK.B280.E61613.EBSU000.PDF | 000 |
English
|
7 |
Access the Getting started page for details on how to bid, and more.