Maintenance Services - Fire Alarm, Fire Protection and Life
Safety
Systems
Solicitation number EJ196-141167/A
Publication date
Closing date and time 2014/05/21 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Maintenance Services for Fire Alarm, Fire Protection and Life Safety Systems EJ196-141167/A IMPORTANT NOTICE TO BIDDERS BID DOCUMENTS: Firms intending to submit bids on this solicitation should obtain bid documents through the Government Electronic Tendering Service at http://Buyandsell.gc.ca/tenders or at the toll-free number 1-855-886-3030. Amendments, when issued, will be available from the same government electronic tendering service. Firms that elect to base their bids on bid documents obtained from other sources do so at their own risk and will be solely responsible to inform the bid calling authority of their intention to bid. ----------------------------------------------------------------- ------ Requirement To 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 herein as 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. There are certain tasks that may require the cooperation of/and coordination with Canada's contractor for the supply and maintenance of the Fire Alarm System. See section Annex "A", 1.5.1.2 of the Statement of Work. The separate contractor (if applicable) will be identified upon award and contact coordinates provided. This requirement is for Public Works and Government Services Canada (PWGSC) located at DND Connaught Rifle Ranges, Shirley's Bay Complex, Carling Avenue, Ottawa, Ontario, K1A 0S5. Mandatory Response Time As per Annex A, Statement of Work EJ196-141167, 1.4.3 Service Calls, it is a mandatory requirement of the contract that: 1 The Contractor must provide a qualified person(s) as defined by Section 1.1 - Definitions, at Annex A to respond, on site, on a twenty-four hour, seven day a week at no extra cost to Canada. See 3 below. 2 The Contractor must respond within 30 minutes and be on site ready to work within two hours. All work for service calls 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. 3 All service calls will be at extra cost to Canada and will be paid in accordance with Pricing Schedule 2, As and When Requested Work 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. Period of the Contract The period of any resulting Contract will be for a period five (5) years. The services must be provided in accordance with Statement of Work EJ196-141167, attached herein as Annex A. 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 April 29, 2014, 8:15am at 31 Shirley's Blvd., PWGSC Office at Connaught Rifle Ranges, Carling Avenue, Ottawa, Ontario. Bidders should 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. 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. It is mandatory that bidders provide and wear safety boots for the site visit. Bidders who do not comply will not be permitted to attend the site visit. Security Requirement The following security requirement (SRCL and related clauses) applies and form part of the Contract. 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). 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: Maquiling, Amalia Fax No. - (819) 956-3600 E-mail - amalia.maquiling@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
- Maquiling(fk div), Amalia M.
- Phone
- (819) 956-5978 ( )
- 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.B289.F64993.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW__FK.B289.F64993.EBSU000.PDF | 000 |
French
|
2 | |
ABES.PROD.PW__FK.B289.F64993.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.PW__FK.B289.E64993.EBSU002.PDF | 002 |
English
|
4 | |
ABES.PROD.PW__FK.B289.E64993.EBSU000.PDF | 000 |
English
|
34 | |
ABES.PROD.PW__FK.B289.E64993.EBSU001.PDF | 001 |
English
|
3 |
Access the Getting started page for details on how to bid, and more.