Janitorial Services / Relamping
Solicitation number EP764-121164/A
Publication date
Closing date and time 2012/03/28 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: Notice of Proposed Procurement Amendment Solicitation No. EP764-121164/A Janitorial and Relamping Services- Seven Various Buildings, Sparks Street and Wellington Street, Ottawa, Ontario, Canada. Security Requirement 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). 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. 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); (b) Industrial Security Manual (Latest Edition). Mandatory Security Clearance It is a mandatory requirement of this Request for Proposal that the Contractor/Offeror, hold a valid security requirement of SECRET as specified in Part 7, Clause 3 "Security Requirement" of the Request for Proposal, at the time of bid closing in order for your bid to be considered responsive. It is also a Mandatory requirement that all proposed cleaning personnel hold a valid SECRET clearance at the time of bid closing in order for your bid to be considered responsive. Requirement To provide Janitorial Services including all labour, material and equipment for Public Works and Government Services Canada (PWGSC), located at the Birks Building (107 Sparks Street), Bates Building (109 Sparks Street), Fisher Building (115 Sparks Street), National Press Building (150 Wellington Street), Brouse/Slater Building (181 Sparks Street), Booth Building (165 Sparks Street) and Dover Building (185 Sparks Street) in Ottawa, Ontario, Canada. The services must be provided in accordance with Specification No. EP764 12 1164 attached to the Request for Proposal. Period of the Contract The period of the contract is for one (1) year with four (4) options to extend for an additional period of twelve (12) consecutive months each. Mandatory Site Visit Due to the nature of this requirement and in order to gain access to the sites 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 (Heather Wilson) no later than 4:00 PM, February 20, 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 4:00 PM, February 20, 2012 will be denied access to the sites. Bidders are advised that any clarifications or changes resulting from the site visit will be included as an amendment to the bid solicitation document. It is MANDATORY that the bidder attend the site visit at the designated date and time to examine the scope of the work required and the existing conditions. A maximum of two (2) representatives per bidder will be permitted to examine the sites. The site visit will be held on February 23, 2012 at 8:30 AM, meeting at the main entrance of 107 Sparks Street (Birks Building), Ottawa, Ontario, Canada. Bidders who, for any reason, cannot attend at the specified date and time will not be given an alternative appointment to view the site and their bids, therefore, will be considered as non-responsive. NO EXCEPTIONS WILL BE MADE. As proof of attendance, at the site visit, the Contracting Authority will have an Attendance Form which MUST be signed by the bidder's representative. Bids submitted by bidders who have not attended the site visit or failed to sign the Attendance Form will be deemed non-responsive. Mandatory Requirements 1. Attendance at the mandatory site visit; 2. Contractor's qualification in accordance with Part 3, Section 1: Technical Bid; 3. Non Working On-Site Supervisor's qualification in accordance with Part 3, Section 1: Technical Bid; 4. Submission of a Firm Price/Rate in Canadian funds for all the items listed in the RFP, Part 3, Section II, Financial Bid; 5. Inclusion of the bid financial security with the bid submission. 6. Security Clearance of SECRET at bid closing, in accordance with Part 6, Security Requirements. All enquiries are to be submitted in writing to the Contracting Authority Heather Wilson at facsimile (819) 956-3600 or E-Mail: heather.wilson@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)
-
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
- Wilson, Heather
- Phone
- (819) 956-1351 ( )
- 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.B282.F58450.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.BK__FK.B282.F58450.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.BK__FK.B282.F58450.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.BK__FK.B282.E58450.EBSU002.PDF | 002 |
English
|
1 | |
ABES.PROD.BK__FK.B282.E58450.EBSU001.PDF | 001 |
English
|
5 | |
ABES.PROD.BK__FK.B282.E58450.EBSU003.PDF | 003 |
English
|
3 |
Access the Getting started page for details on how to bid, and more.