Fire Alarm System Maintenance
Solicitation number EJ196-121727/A
Publication date
Closing date and time 2013/02/06 14:00 EST
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: Best Overall Proposal Comprehensive Land Claim Agreement: Yes Nature of Requirements: Solicitation No. EJ196-121727/A Fire Alarm System Maintenance, Canadian Coast Guard Building and Government of Canada Building in Iqaluit, Nunavut. Requirement (i) The Contractor must provide preventive maintenance services on the Fire Alarm, Fire Protection and Life Safety Systems, including all necessary tools, equipment and services, consumable materials, labour for all inspections, testing, cleaning, maintenance services in accordance with the Statement of Work attached to the Request for Proposal, at Annex A. All additional parts and labour required to effect repairs to the equipment listed at Annex A will be at extra cost to Canada. (ii) The requirement is for Public Works and Government Services Canada (PWGSC) located at the Canadian Coast Guard Building at 1063 Niuraivik Lane and the Government of Canada Building at 969 Federal Road in Iqaluit, Nunavut. (iii) The requirement is subject to the provisions of the Nunavut Land Claims Agreement. Period of the Contract The period of the contract shall be for five (5) years. 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). 2. The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, 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 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 January 16, 2013 at 10:00 AM meeting at the main entrance of the Government of Canada Building at 969 Federal Road in Iqaluit, Nunavut. Bidders should communicate with the Contracting Authority no later than five (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. Mandatory Requirements 1) Submission of Evidence for all items in accordance with Part 3, Section I - Technical Bid excluding 3.1.4, 3.1.5, 3.1.6 and 3.1.7; and 2) Submission of a Firm Price/Rate in Canadian funds for all the items listed in Part 3, Section II: Financial Bid. Nunavut Land Claims Agreement Bid Evaluation Criteria 1) Bids will be evaluated and assigned points in accordance with the degree to which the bidder's proposed method of carrying out the work meets the objectives of the Nunavut Land Claims Evaluation Criteria detailed in the Request for Proposal. 2) The total evaluated bid price will be used for evaluation purposes only and will be calculated by reducing the total actual bid price by a percentage equal to the total number of points assigned through evaluation of the offer in accordance with the Nunavut Land Claims Evaluation Criteria detailed in the Request for Proposal. One (1) point will be equal to one (1) percent, to a maximum reduction of ten (10) percent. 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.F61860.EBSU000.PDF | 000 | FR | 2 | |
ABES.PROD.BK__FK.B282.E61860.EBSU000.PDF | 000 | EN | 13 |
Access the Getting started page for details on how to bid, and more.