Boiler Maintenance, L'Esplanade Laurier

Solicitation number EJ192-120037/C

Publication date

Closing date and time 2012/06/04 14:00 EDT


    Description
    Trade Agreement: 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: 
    This bid solicitation cancels and supersedes previous bid
    solicitation number EJ192-120037/B dated October 14, 2011 with a
    closing of November 30, 2011 at 2:00 PM.
    
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    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), attached at Annex B;
    	(b) Industrial Security Manual (Latest Edition).
    
    Requirement:
    
    Boilers and Related Equipment
    To provide all maintenance services on Boilers and related
    equipment for Public Works and Government Services Canada
    (PWGSC) located at L'Esplanade Laurier Building (300 Laurier
    Avenue, Ottawa, Ontario) in accordance with the Scope of Work
    8M3-5016-20 attached herein as Annex A.
    
    The period of any resulting Contract shall be for five (5) years.
    
    Mandatory Response Time :
    
    As per Annex A "PWGSC Statement of Work 8M3-5016-20", SW 3.
    "Service", items .8 and .9 it is              a mandatory
    requirement of this contract that:
    
    1. All Calls between regular inspections shall be answered by a
    qualified service personnel within one (1) hour of receiving the
    call on a 24 hour, 7 day basis. One of the named Service
    personnel must be able to report on site ready to service the
    system within two (2) hours of receiving the request for service
    and such work shall proceed continuously until the system is
    returned to safe operating condition. 
                     
    2. The Departmental Representative may request that the
    Contractor's non working Service Manager respond on site within
    two (2) hours of receiving the call on a 24 hour, 7 day basis.
    
    
    
    
    
    
    Mandatory Card and Licensing Documentation :
    
    Service personnel employed by the Contractor to carry out the
    work on this requirement must be in possession of all the
    following certification (provide valid copies):
    
    Boilers - One (1) service personnel and one (1) back-up (total
    of 2) each holding:
                		- A valid Gas Certificate G1 Licence in the
    Province of Ontario or interprovincially approved Red Seal
    Equivalent
    		
    The Contractor shall, before replacing any specific person named
    in the contract, provide notice in writing to the Departmental
    Representative and the Contracting Authority containing proof
    that the person has the required certification.
    
    It is mandatory that the documentation requested above be
    submitted with the proposal. Bidders must provide copies of all
    valid documentation requested for each technician to carry out
    the work on this requirement.  If not included with the
    proposal, the bid will be deemed non-responsive.
    
    
    Mandatory Employee Experience and Past Performance :
    
    
    The bidder must provide evidence to demonstrate that the
    personnel proposed have experience and past performance by
    referencing two (2) projects/contracts satisfactorily rendered
    or on-going within the past five (5) years  from date of bid
    closing wherein the reference provided is satisfied with such
    performance. Each project/contract must be of comparable size,
    scope and complexity to the work described in this RFP.  The
    bidder must complete the following form, for each employee who
    will be performing work on this requirement in order to
    demonstrate that each proposed employee has the required three
    (3) years experience (36 months):
    
    In cases where experience is acquired concurrently, the time
    period will be considered only once for the purpose of
    calculating the minimum requirement of 3 years of recent
    experience.
    
    Example no. 1:
    ·          Project 1: started on January 1, 2008 and ended on
    May 31, 2008 = 4 months
    ·          Project 2: started on January 1, 2008 and ended on
    December 31, 2009 = 24 months 
    ·          Project 3: started on January 1, 2008 and ended on
    December 31, 2009 = 24 months 
    
    Total period for these 3 projects will count as 24 months and
    not 52 months because the period Jan. 2008 to Dec. 2009 has
    already been counted in Projects 2 and 3.  This employee does
    not meet the required minimum of 3 years of recent experience.
    
    
    The Contractor must provide the name of a VALID reference in
    order to demonstrate that the proposed employee has the required
    three (3) years experience (36 months).  To be accepted as valid:
    
    A)	The reference must be the name of an individual from a
    non-affiliated firm who can verify that the proposed employee
    has satisfactorily obtained the required experience,
    
    		OR
    
    B)	Should the proposed employee's experience reside only within
    the Contractor's company, then the reference must be the name of
    a customer for whom the proposed employee has completed work. 
    The customer must be able to verify that the proposed employee
    has satisfactorily obtained the required experience.
    
    
    PWGSC reserves the right to verify the applicability and
    validity of all information submitted.  Failure by the Bidder to
    provide the required information or in the event that the
    information cannot be verified shall result in the bid being
    disqualified and no further consideration will be given to the
    Bidder.
    
    
    Mandatory Non Working Service Manager Expertise and Experience :
    
    a) Name the Contractor's non working Service Manager who will be
    assigned to this Contract, including the name and number of
    years of experience as a non working Service Manager for Boiler
    Services. It is Mandatory that the non working Service Manager
    have at least two (2) years (24 months) experience in a
    supervisory role in the field of Boiler services.
    
    b)  The bidder must provide evidence of its experience and
    satisfactory performance of the Non Working
    	Service Manager by referencing at least one (1) project or
    contract for clients of a duration of at least two (2) years (24
    months), within the past ten (10) years, in providing experience
    as a non-working Service Manager for Boiler services.  Should it
    be necessary to provide more Project/Contract Reference Names in
    order to demonstrate that the proposed employee has the required
    two (2) years experience (24 months), then the Contractor must
    provide this additional information on a separate sheet and
    attach with the proposal.
    
    The evidence provided by the bidder may be verified by the
    Crown. Failure by the bidder to provide the required evidence or
    in the event that the evidence cannot be verified shall result
    in the bidder being disqualified and no further consideration
    will be given to the bidder.  If the Bidder submits references
    in excess of the stated requirement above, only the references
    up to the identified limit will be assessed.
    
    PWGSC reserves the right to verify information for completeness
    and accuracy and to confirm reference satisfaction with services
    provided.  In the event where the information cannot be verified
    or the service found to be unsatisfactory shall result in the
    proposal being considered non-responsive and no further
    consideration will be given to the Bidder.
    
    
    Mandatory Site Visit:
    
    
    It is mandatory that the Bidder or a representative of the
    Bidder attend the site visit.
    
    Arrangements have been made for a site visit to be held on
    Tuesday May 15, 2012 at 10:00 AM starting at the main entrance
    of the L'Esplanade Laurier Building (300 Laurier Avenue, Ottawa,
    Ontario, K1A 0S5).
    
    It is mandatory that the bidders provide and wear safety
    footwear for the site visit.  Bidders who do not wear safety
    boots will not be permitted to attend the site visit.
    
    Bidders should communicate with the Contracting Authority prior
    to the visit to confirm attendance. Bidders will be required to
    sign an attendance form.  Bidders should confirm in their bids
    that they have attended the site visit.
    
    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.
    
    
    All enquiries are to be submitted in writing to the Contracting
    Authority: Diane Daly, by Fax at (819) 956-3600 or E-Mail : 
    diane.daly@tpsgc-pwgsc.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

    • 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
    Daly, Diane
    Phone
    (819) 956-6948 ( )
    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
    000
    French
    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)

    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: