Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

MAINTENANCE ON OVERHEAD DOORS

Solicitation number EJ196-151146/A

Publication date

Closing date and time 2015/03/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: 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: 
    SOLICITATION NO. EJ196-151146/A
    
    OVERHEAD DOORS - MAINTENANCE - OTTAWA, ONTARIO, CANADA
    
    Requirement
    To provide all inclusive, comprehensive preventive maintenance
    service, including all necessary tools, services, materials,
    labour and replacement or repair parts on Overhead Doors for
    Public Works and Government Services Canada (PWGSC), located at
    four (4) Buildings: Centre Block,111 Wellington Street; 	Food
    Production Facility, 1170 Algoma Drive; Rideau Committee Room
    Building, 1 Rideau Street; and Justice Building, 249 Wellington
    Street, Ottawa, Ontario, Canada.The services must be 		provided
    in accordance with Statement of Work attached at Annex "A".
    
    Mandatory Response Time	
    As per Annex A, Statement of Work 8M8-0999-37, SW 3, under
    4.Emergency Calls, items .1 		and .2, it is a mandatory
    requirement of the contract that:
    
    	1.	The Contractor must provide twenty-four (24) hours, 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 	two (2) hours of receiving the
    emergency call .  All calls for emergency service must be
    		executed by a qualified technician named in the contract.
    
    Period of the Contract
    The period of any resulting Contract shall be for a period of
    five (5) years. 
    
    Security Requirements
    1. 	The Contractor/Offeror personnel requiring access to secure
    work site(s) must, at all times during the performance of the
    Contract/Standing Offer, EACH hold a valid SITE ACCESS
    clearance, granted or approved by the Canadian Industrial
    Security Directorate, Public Works and Government Services
    Canada.
    
    2. 	The Contractor/Offeror must comply with the provisions of
    the Security Requirements 			Check List attached at Annex "B".
    
    Mandatory Security Clearance
    It is mandatory requirement of this Request for Proposal (RFP)
    that the Contractor/Offeror personnel hold 
    a valid security requirement of SITE ACCESS as specifed in Part
    7, Clause 3 "Security Requirement" of 
    the Request for Proposal, at the date of bid closing in order
    for your bid to be considered responsive.
    
    1. At the date of bid closing, the following conditions must be
    met:
    the Bidder's proposed individuals requiring access to secure
    work site(s) must EACH meet the security requirement of SITE
    ACCESS as indicated in Part 7 - Resulting Contract Clauses;     
                                                                    
                                                                 
    The Bidder's proposed individuals (technician and back-up), in
    accordance with Part 3, Section 1, clause 3.1.1 Technical Bid,
    requiring access to secure work site(s), must EACH hold a valid 
    SITE ACCESS clearance, at the following buildings:  Centre
    Block, Food Production Facility, Rideau Committee Room Building,
    and Justice Building;                                           
                  
    The Bidder's proposed Non Working On-Site Superintendent, in
    accordance with Part 3, Section 3.1.2, Technical Bid; requiring
    access to secure work site(s) must hold a valid SITE ACCESS
    clearance;                                                      
                                                                    
                    
    the Bidder must provide the name of all individuals who will
    require access to secure work sites.
    2.     	For additional information on security requirements,
    bidders should refer to the Industrial Security Program (ISP) of
    Public Works and Government Services Canada
    (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    Mandatory Site Visit
    Due to the nature of this requirement and in order to gain
    access to the sites it is MANDATORY that all interested bidders,
    submit the Names (legal name) and birth dates of their
    representatives that will be attending the Mandatory Site Visit
    to the Contracting Authority (Bushra Mirza) at facsimile (819)
    956-3600 or by email bushra.mirza@pwgsc-tpsgc.gc.ca no later
    than Thursday, February 26, 2015.   
    
    IT IS MANDATORY THAT THE BIDDERS PROVIDE AND WEAR SAFETY
    SHOES/BOOTS FOR THE SITE VISIT. BIDDERS WHO DO NOT WEAR SAFETY
    SHOES/BOOTS WILL NOT BE PERMITTED TO ATTEND THE 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 Justice Building Loading Dock, 249
    Wellington Street, Ottawa, Ontario,Canada on Friday, March 6,
    2015. The site visit will begin at 10:00 am EST.
    
    Personnel security screening is required prior to gaining
    authorized access to secure worksites. Bidders must communicate
    with the Contracting Authority (Bushra Mirza) no later than
    Thursday, February 26, 2015 to confirm attendance and provide
    the name(s) of the person(s) who will attend. The Bidder's
    Company Security Officer (CSO) must ensure that their
    representatives hold a valid security clearance at the required
    level for the site visit. 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. 
    A maximium of two (2) representatives per company will be
    permitted to examine the site.
    
    
    Mandatory Requirements
    1. 	Attendance at the mandatory site visit;
    2. 	Employees' (technician and back-up technician) Experience
    and Past Performance, two (2)     		required in accordance with
    Part 3, Section 1, Technical Bid;
    3. 	Non Working Field Superintendant's Expertise and Experience,
    one (1) required in accordance      	with Part 3, Section 1:
    Technical Bid;
    4.	Contractor's Experience and Past Performance in accordance
    with Part 3, Section 1: Technical 		Bid;
    5. 	Submission of a Firm Price/Rate in Canadian funds for all
    the items listed in the RFP, Part 3,          	Section II,
    Financial Bid;
    6. 	Mandatory Security Clearance of a valid SITE ACCESS at the
    date of bid closing, in                       	accordance with
    Part 6, "Security Requirements".
    
    All enquiries are to be submitted in writing to the Contracting
    Authority Bushra Mirza at  facsimile (819) 956-3600 or e-mail: 
    bushra.mirza@pwgsc-tpsgc.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

    • 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
    Mirza, Bushra
    Phone
    (819) 956-1351 ( )
    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
    French
    4
    001
    English
    5
    000
    French
    6
    000
    English
    13

    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)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: