HVAC Maintenance -5 years

Solicitation number EJ196-130806/A

Publication date

Closing date and time 2012/12/10 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: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    Security Requirement: at the date of bid closing
    
    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), attached at Annex B
    	(b) 	Industrial Security Manual (Latest Edition).
    
    
    Requirement:
    
    	The Contractor shall provide preventative maintenance and
    inspection services and shall furnish all necessary tools,
    services, materials, and labour on heating,ventilation and air
    conditioning (HVAC) equipment listed in this solicitation and
    shall execute such work in a careful and workmanlike manner and
    in accordance with the Statement of Work attached herein as
    Annex A.  As well, the Contractor must perform all work in
    accordance with all related Codes, Standards, and Regulations
    from all levels of Government (Provincial/Territorial, Municipal
    and Federal). This requirement is for Public Works and
    Government Services Canada (PWGSC) located at the following
    locations in the National Capital Region: 280 Slater Street, 234
    Laurier Avenue, 200 Laurier Avenue, 255 Albert Street, 1601
    Telesat Place and 50 O'Connor Street, Ottawa, ON     K1A 0S5.
    
    The period of any resulting Contract shall be for five (5) years.
    
    
    Mandatory Response Time :
    
    	As per Annex A, Statement of Work, SW 3 - Service, item .7 and
    .9, it is a mandatory 			requirement of the contract that:
    
           	- All Calls (emergency and calls between regular
    inspections) shall be answered by a qualified 		mechanic within
    one half (.5) hour of  receiving the call on a 24 hour, 7 day
    basis. Service 			personnel shall 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. 
    	
    	- In the event that there is an emergency the Technical
    Authority 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 :
    
    The proposed employees must be in possession of the required
    cards and licenses indicated below.   It is mandatory that valid
    copies of the required cards and licenses for each proposed
    Service Personnel be submitted with the proposal. If not
    included with the proposal, the bid will be deemed
    non-responsive.
    
    To carry out the work on this requirement, Service personnel
    employed by the Contractor must be in
     possession of :
    
    .1	Air Conditioning Equipment - Two (2) service personnel and
    one (1) each holding:
    
    - A valid Ozone Depletion Prevention Card for the Province of
    Ontario (or approved interprovincial equivalent); and
    - A valid Refrigeration and Air Conditioning Certification
    Licence for the Province of Ontario (or approved Red Seal
    interprovincial equivalent); and
    		 - A valid Fall Protection Certificate
    
    .2	Apprentices employed by the Contractor must be fully
    registered in a Tradesman Program related to the services in
    Annex A, Statement of Work.  Apprentices will work under the
    direction of a Journeyman Mechanic.  Canada reserves the right
    to request proof of registration in a Tradesman Program related
    to the services in Annex A, Statement of Work at any time during
    the term of the contract.
    
    
    
    
    
    
    
    
    Mandatory Employee Experience and Past Performance :
    
    To carry out the work on this requirement, the contractor must
    provide two (2) qualified service personnel and one (1) back-up
    qualified service personnel).
    
    The bidder must provide evidence to demonstrate that the service
    personnel proposed to perform maintenance of HVAC equipments
    have recent five (5) years experience and past performance by
    referencing two (2) similar projects/contracts the service
    personnel have performed satisfactorily.  The bidder must
    complete the following form for each technician who will be
    performing work on this requirement in order to demonstrate that
    each proposed technician has the required experience. 
    
    Recent experience is defined as experience gained from September
    2002 up to and including the 
          solicitation closing date.
    Similar is defined as maintenance service on HVAC equipment.
    	
    In the event where the information for any of the technicians
    cannot be confirmed by the client contacts named in the
    proposal, the proposal will be considered non-responsive and no
    further consideration will be given to the proposal. If the
    Bidder submits names of technicians in excess of the stated
    requirement, only the references up to the identified limit of
    three (3) service personnel will be assessed.  The first three
    (3) service personnel listed in the proposal will be considered
    for evaluation.
    
    Mandatory Non-Working Service Manager Expertise and Experience
    The bidder must provide evidence of its Non-Working Service
    Manager recent experience and past performance by referencing at
    least one (1) similar project/contract. It is mandatory that the
    Non-Working Service Manager have the licences and certificates
    in addition to three (3) years experience in a supervisory role
    servicing HVAC equipment.  The bidder must complete the
    following form in order to demonstrate that the proposed
    Non-Working Service Manager has the required experience.
    
    Recent experience is defined as experience gained from September
    2005 up to and including the 
          solicitation closing date.
    Similar is defined as a maintenance service on HVAC equipment.
    
    
    
     Mandatory Site Visit:
    
    It is mandatory that the Bidder or a representative of the
    Bidder visit the site and understand the scope of the work
    required and the conditions of the site. Arrangements have been
    made for site visit to be held on November 22, 2012 at 10:00 AM.
     Bidders are to meet at the Main Entrance of the Building at 234
    Laurier Ave., West Ottawa, Ontario. Bidders must 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 the site visit.
    
    Bidders will be required to sign an attendance form at the
    beginning of the site visit.  Failure to do so will render the
    bidder's proposal non-responsive.
    
    It is mandatory that the bidders wear safety footwear for the
    site visit. Safety equipment will be verified to ensure
    compliance of this requirement.  Bidders who are not equipped as
    described will not be permitted to attend 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

    • 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 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
    001
    English
    0
    000
    English
    5
    002
    English
    2
    002
    French
    4
    001
    French
    0
    000
    French
    5

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)