SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

OVERHEAD DOORS AND LEVELERS

Solicitation number EJ196-151794/A

Publication date

Closing date and time 2015/03/19 14:00 EDT


    Description
    Trade Agreement: NONE
    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. EJ196-151794/A
    
    OVERHEAD DOORS AND DOCK LEVELERS - MAINTENANCE - GATINEAU,
    QUEBEC, CANADA
    
    Requirement
    (i)	To provide all inclusive, comprehensive preventive
    maintenance service, including all necessary 		tools, services,
    materials, labour and replacement or repair parts on Overhead
    Doors and Dock 		Levelers for Public Works and Government
    Services Canada (PWGSC), located at 455 			Boul. de la Carrière,
    Gatineau, Quebec, Canada. The services must be provided in
    accordance 		with Statement of Work attached at Annex "A".
    
    (ii)	Mandatory Response Time   
    	As per Annex A, Statement of Work, R.052226.032 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 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, 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/Offeror must comply with the provisions of
    the:
    		(a) Security Requirements Check List, attached at Annex B;
      		(b) Industrial Security Manual (Latest Edition).
    	
    Mandatory Security Clearance
    It is mandatory requirement of this Request for Proposal (RFP)
    that the Contractor/Offeror personnel hold
    a valid security requirement of RELIABILITY STATUS as specified
    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 must, at all times during the performance of the
    Contract, hold a valid Designated Organization Screening (DOS),
    as indicated in Part 7 - Resulting Contracts Clauses;           
                  
    The Bidder's proposed individuals requiring access to secure
    work site(s) must EACH hold the security requirement of
    RELIABILITY STATUS 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 
    RELIABLITY STATUS clearance, for the building:  455 Boul. de la
    Carrière;                                                        
    The Bidder's proposed Non Working Field Superintendent, in
    accordance with Part 3, Section 3.1.2, Technical Bid; requiring
    access to secure work site(s) must hold a valid RELIABLITY
    STATUS 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 site 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 Wednesday, March 4, 2015.   
    
    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 455 Boul. de la Carrière, Gatineau,
    Quebec, Canada, at the back entrance between the parking garage
    and main building, on Tuesday, March 10, 2015. The site visit
    will begin at 10:00 am.
    
    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
    Wednesday, March 4, 2015 to confirm attendance and provide the
    name(s) and birth dates of the person(s) who will attend. 
    
    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 required at date of bid
    closing, at the valid RELIABILITY STATUS 		level, in accordance
    with Part 6, "Security Requirement".
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    000
    English
    6
    000
    French
    9

    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
    Quebec (except 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: