Emergency Electrical Power Supply Systems
Solicitation number EJ196-201181/A
Publication date
Closing date and time 2022/06/14 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: NOTICE OF PROPOSED PROCUREMENT (NPP) EJ196-201181/A CLOSING DATE June 14,2022 at 2:00 pm EDT THERE ARE SECURITY REQUIREMENTS ASSOCIATED WITH THIS REQUIREMENT. REQUIREMENT: To provide maintenance services on the Emergency Electrical Power Supply Systems, to ensure the integrity and uninterrupted performance of the systems, including all necessary tools, services, consumable items, materials, travel and labour on equipment in accordance with the Statement of Work attached herein as Annex A. This requirement is for Public Work and Government Services Canada located at Shirley’s Bay, 3701 Carling Avenue, Ottawa, Ontario, K2K 0Y1. PERIOD OF RESULTING CONTRACT: The period of any resulting Contract will be for a period of five (5) years. 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. SECURITY REQUIREMENTS: There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website. MANDATORY SITE VISIT: Due to the nature of this requirement and in order to gain access to the site, it is MANDATORY that all interested bidders submit the Names (legal name) and birth dates of their representatives that will be attending the Mandatory Site Visit to the Contracting Authority email at Lynn.Grogan@tpsgc-pwgsc.gc.ca no later than May 12, 2022 at 1:00 pm EDT. It is recommended that two names for each attending contractor be submitted as substitutes will not be accepted. It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at Shirley’s Bay, 3701 Carling Ave, Ottawa, Ontario, K2K 0Y1 on May 18, 2022. The site visit will begin at 10:00 am EDT and will be held at the main entrance. Personnel security screening is required prior to gaining authorized access to secure worksites. The Bidder’s Company Security Officer (CSO) must ensure that their representatives hold a valid security clearance at the required level for the site visit. Failure to comply with the security requirements will result in the representative(s) being denied access to the site. This site visit is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The person(s) who attend must be fully vaccinated against COVID-19, or, for personnel that are unable to be vaccinated due to a certified medical contraindication, religion or other prohibited grounds of discrimination under the Canadian Human Rights Act, subject to accommodation and mitigation measures that have been presented to and approved by Canada. Bidders must communicate with the Contracting Authority (Lynn Grogan) no later than May 12, 2022 at 1:00 pm EDT to confirm attendance and provide the name(s) of the person(s) holding a valid security clearance at the required level who will attend. Bidders must also complete and submit the following certification: COVID-19 Vaccination Requirement Certification I, ____________________________________ (first and last name), as the representative of ____________________________________ (name of business) pursuant to ____________________________________(insert solicitation number), warrant and certify that all personnel that will attend this site visit on this business’ behalf are: (a) fully vaccinated against COVID-19; or (b) for personnel that are unable to be vaccinated due to a certified medical contraindication, religion or other prohibited grounds of discrimination under the Canadian Human Rights Act, subject to accommodation and mitigation measures that have been presented to and approved by Canada. I certify that all personnel that will attend on behalf of _______________(name of business) have been notified of the vaccination requirements of the Government of Canada’s COVID-19 Vaccination Policy for Supplier Personnel, and that the _______________ (name of business) has certified to their compliance with this requirement. I certify that the information provided is true as of the date indicated below and will continue to be true for the duration of the site visit. I understand that the certifications provided to Canada are subject to verification at all times. Canada reserves the right to request additional information to verify the certifications at all times. I also understand that Canada will declare a bid non-responsive or a contractor in default, if a certification is found to be untrue, whether made knowingly or unknowingly. Signature: _____________________________________ Date: _________________________________________ Information you provide on this Certification Form and in accordance with the Government of Canada’s COVID-19 Vaccination Policy for Supplier Personnel will be protected, used, stored and disclosed in accordance with the Privacy Act. Please note that you have a right to access and correct any information on your file, and you have a right to file a complaint with the Office of the Privacy Commissioner regarding the handling of your personal information. These rights also apply to all individuals who are deemed to be personnel for the purpose for the Contract and who require access to federal government workplaces where they may come into contact with public servants. Bidders who do not confirm attendance, provide the name(s) of the person(s) who will attend, or who do not complete and submit the above certification as required will not be allowed access to the site. Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit 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 will be included as an amendment to the bid solicitation. Additional restrictions will include: - must not have symptoms of COVID-19 - must respect physical distancing measures while on site. The following mandatory health and safety protection is to be worn by all visitors: - Work boots (Steel Toe) - Hard hat - Safety vest - Face masks due to COVID To learn more about COVID-19, visit the Public Health Agency of Canada: https://www.canada.ca/en/public-health/services/diseases/coronavirus-disease-covid-19.html Bidders who do not comply will not be permitted to attend the site visit. ENQUIRIES: All enquiries regarding this requirement must be submitted in writing to the Contracting Authority: Lynn Grogan E-mail address: lynn.grogan@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-UK Trade Continuity Agreement (Canada-UK TCA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
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
- (613) 296-2961 ( )
- Email
- lynn.grogan@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
L'Esplanade Laurier,
East Tower 4th Floor
L'Esplanade Laurier,
Tour est 4e étage
140 O'Connor, StreetOttawa, Ontario, K1A 0R5
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.PW__FK.B280.F81178.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW__FK.B280.E81178.EBSU001.PDF | 001 |
English
|
2 | |
ABES.PROD.PW__FK.B280.F81178.EBSU000.PDF | 000 |
French
|
4 | |
ABES.PROD.PW__FK.B280.E81178.EBSU000.PDF | 000 |
English
|
15 |
Access the Getting started page for details on how to bid, and more.