Maint. Services - CHILLERS - CHCP
Solicitation number EJ196-142410/A
Publication date
Closing date and time 2014/11/14 14:00 EST
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama 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: Maintenance and Inspection Services for Heating, Ventilation and Air Conditioning (HVAC) Equipment EJ196-142410/A Requirement To provide all necessary tools, services, materials and labour for all inclusive maintenance services and inspection services on heating, ventilation, air conditioning (HVAC), commercial refrigeration and related mechanical equipment in accordance with the Statement of Work, attached herein as Annex A. This requirement is for Public Works and Government Services Canada (PWGSC) located at the Tunney's Pasture Central Heating and Cooling Plant (CHCP), Building 13, 50 Chardon Driveway, Tunney's Pasture, Ottawa, ON. Mandatory Response Time As per Annex A, Statement of Work, SW 8. Extra Work, it is a mandatory requirement of the contract that: 1. The Contractor must provide twenty-four (24) hour, seven (7) days a week emergency call back service for the duration of the contract. 2. The Contractor must respond within thirty (30) minutes and be on site ready to work within one (1) hour of receiving the emergency call. All work for emergency service must be executed by a qualified service personnel named in the Contract and such work must proceed continuously until the system is returned to safe operating condition. Mandatory Site Visit It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for a site visit to be held on October 22, 2014 at 10:00 a.m. Bidders are to meet at the main entrance of the Tunney's Pasture Central Heating and Cooling Plant (CHCP), Building 13, 50 Chardon Driveway, Tunney's Pasture, Ottawa, ON. Bidders will be required to sign an Attendance Form at the beginning of 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. It is mandatory that bidders provide and wear safety glasses, safety boots and a hard hat for the site visit. Bidders who do not wear proper safety attire will not be permitted to attend the site visit. No exceptions will be made. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation Period of the Contract The period of any resulting Contract will be for a period five (5) years with Canada retaining an irrevocable option to extend the contract for a period of three (3) additional one (1) year period(s). The services must be provided in accordance with the Statement of Work, attached herein as Annex A. Security Requirement 1. The Contractor must, at all times during the performance of the Contract/Standing Offer, 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). 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. Enquiries All enquiries regarding this requirement must be submitted in writing to the Contracting Authority: Gisèle Lessard Tel. No.: 819-956-2352 Fax No.: 819-956-3600 E-mail: gisele.lessard@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)
-
Canada-Panama Free Trade Agreement
-
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
- Lessard(FK Div), Gisele
- Phone
- (819) 956-2352 ( )
- 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.PW__FK.B286.F65819.EBSU000.PDF | 000 | FR | 2 | |
ABES.PROD.PW__FK.B286.E65819.EBSU000.PDF | 000 | EN | 23 |
Access the Getting started page for details on how to bid, and more.