SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

HAZARDOUS WASTE REMOVAL SERVICES

Solicitation number EN438-151360/A

Publication date

Closing date and time 2015/08/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Hazardous Waste Removal and Disposal Services
    (EN438-151360)
    
    
    Requirement
    Public Works and Government Services Canada (PWGSC) invites
    interested offerors to respond to this RFSO for the provision of
    Hazardous Waste removal and disposal services from buildings
    owned and/or operated by various federal government departments,
    agencies and Crown Corporations located in the National Capital
    Area (NCA).
    
    The performance of all work required under the Standing Offer
    must be conducted in accordance in accordance with Annex A,
    Statement of Work and with all applicable environmental and
    occupational health and safety legislation and regulations. At
    all times in the performance of the required services, the
    Contractor must apply the greatest level of safety to protect
    human health, the environment and Crown assets.
    
    Where feasible best available technologies must be used and
    greening government guidelines and policies followed in an
    attempt to divert hazardous waste into recycling processes.
    Ultimately, these processes should strive to eliminate the
    amount of contaminants entering the natural environment.
    The Offeror offers to fulfill the requirement of Hazardous Waste
    removal and disposal services whici includes all labour,
    material, equipment, tools and supervision necessary for the
    identification, labeling, packaging, preparation of profile
    documentation sheets, as well as the loading, transportation and
    disposal/destruction/treatment of hazardous waste as defined in
    Section 8 of the SOW collected from designated Collection
    Points. 
    The Collection Points include research laboratories, testing
    facilities, central heating plants, office buildings and/or any
    number of other federally owned or managed facilities.  The
    removal of Hazardous Wastes will be conducted principally at
    Collection Point(s) located within the NCA.
    
    Response Time 
    The Contractor is required to respond to individual call-ups (as
    determined at the time of each individual call-up) according to
    the following:  
    For a normal requirement, the contractor must respond by
    electronic mail within 3 business days 
    For urgent requirements, the contractor must respond by
    electronic mail within 1 business days
    Respond means that the contractor is required to acknowledge
    receipt of the request and indicate time frame to conduct the
    work. Urgent requests will be conducted according to the
    operational urgency as mutually agreed between the Crown  and
    the contractor.
    
    Period of the Standing Offer
    This RFSO will result in Regional Individual Standing Offer
    (RISO) valid for five (5) years. 
    
    Security Requirement (before award of Standing Offer)
    The following security requirement (SRCL and related clauses)
    applies and form part of the
    Standing Offer. 
    
    1.     	The Contractor/Offeror 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/Offeror personnel requiring access to
    sensitive work site(s) must EACH hold a valid RELIABILITY
    STATUS, and all others must have a valid SITE ACCESS clearance
    required, granted or approved by the Canadian Industrial
    Security Directorate, Public Works and Government Services
    Canada. 
    3. 	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    4. 	The Contractor/Offeror must comply with the provisions of
    the: 
    (a)	Security Requirements Check List and security guide (if
    applicable), attached at Annex C;
    (b)	Industrial Security Manual (Latest Edition).
    
    Basis of Selection
    
    An offer must comply with the requirements of the Request for
    Standing Offers to be declared responsive. The responsive offer
    with the lowest evaluated price will be recommended for issuance
    of a standing offer.
    
    Enquiries
    
    All enquiries regarding this requirement must be submitted in
    writing to the Standing Offer 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)

    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
    Maquiling(fk div), Amalia O.
    Phone
    (819) 956-5978 ( )
    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
    002
    English
    9
    002
    French
    2
    001
    English
    9
    001
    French
    0
    000
    English
    38
    000
    French
    10

    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)
    Selection criteria
    Lowest Price

    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: