Boiler Maint EsplLaurier 5 yrs
Solicitation number EJ196-181865/A
Publication date
Closing date and time 2018/09/10 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / NAFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: EJ196-181865/A - Inspections of Boilers/and Natural Gas Burners, 300 Laurier Avenue, Ottawa, ON ****Soliciation Amendment 001 is issued to answer questions from bidders.**** Requirement The Contractor must provide preventive maintenance and inspection services which includes all necessary tools, services and labour, inspections, cleaning, lubrication, testing and calibration, consumable items on the boilers and natural gas burners in accordance with the attached, Annex A, Scope of Work. The Contractor must execute such work in a careful and workmanlike manner for Public Works and Government Services Canada (PWGSC) located at L’Esplanade Laurier, 300 Laurier Avenue, Ottawa, ON. Mandatory Response Time Regular service calls must be performed during regular working hours, 8:00 a.m. to 16:00 hours, Monday through Friday, excluding legal holidays. As per Annex A, Scope of Work, SW 3.8 Service Calls, it is a mandatory requirement of this contract that: All calls are extra to the contract and must be answered by a technician within one (1) hour of receiving the call on a twenty-four (24) hour, seven (7) day basis. Service personnel must report on site ready to service the system within two (2) hours of receiving the request for service and such work must proceed continuously until the system is returned to safe operating condition. All calls are extra to the contract and must be based on the Pricing Schedule 2 - As & When in the contract. Billable hours begin when the responding qualified person(s) are on site. Upon completion of the required service work, billable time ends. Canada will accept a minimum charge of two (2) hours. Canada will not accept Truck/Travel or Fuel charges. The period of any resulting contract will be for a period of 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), attached at Annex B; 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 the site visit to be held at L’Esplanade Laurier, 300 Laurier Street, Ottawa, ON on August 15, 2018. The site visit will begin at 10:00 a.m. Bidders are to meet in the main lobby. It is mandatory that bidders provide and wear safety boots for the mandatory site visit. Bidders who do not comply will not be permitted to attend the site visit. Bidders must communicate with the Contracting Authority no later than August 13, 2018 at 10:00 a.m. to confirm attendance and provide the name(s) of the person(s) of who will attend. Failure to comply with the security requirements will result in the representative(s) being denied access to the site. Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. 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: Gisele Lessard 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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
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
- (873) 469-4921 ( )
- Email
- gisele.lessard@tpsgc-pwgsc.gc.ca
- 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.E75196.EBSU001.PDF | 001 |
English
|
3 | |
ABES.PROD.PW__FK.B286.F75196.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW__FK.B286.E75196.EBSU000.PDF | 000 |
English
|
24 | |
ABES.PROD.PW__FK.B286.F75196.EBSU000.PDF | 000 |
French
|
9 |
Access the Getting started page for details on how to bid, and more.