SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

JANITORIAL SERVICES -UPLANDS

Solicitation number EJ196-190055/B

Publication date

Closing date and time 2018/11/08 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / 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: 
    
    
    SOLICITATION NO. EJ196-190055/B
    JANITORIAL SERVICES FOR CROWN OWNED BUILDINGS - CFB UPLANDS, DOW'S LAKE AND BEECHWOOD CEMETERY
    
    This bid solicitation cancels and supersedes previous bid solicitation number EJ196-190055/A dated 2018-07-25 with a closing date of 2018-09-12 at 2:00 PM EDT. A briefing or feedback session will be provided upon request to bidders / offerors / suppliers who bid on the previous solicitation.
    
    
    Requirement
    To provide Janitorial Services including all labour, material and equipment for Public Works and Government Services Canada (PWGSC), for the buildings of National Defence located at the Canadian Forces Bases (CFB) Uplands, Dow’s Lake and Beechwood Cemetery, Ottawa, Ontario, Canada. The services must be provided in accordance with the Statement of Work.
    
    Period of the Contract
    The period of any resulting Contract will be for a period of two (2) year(s) plus up to three (3) additional consecutive twelve (12) month periods, under the same conditions.
    
    Canada may exercise this option at any time by sending a written notice to the Contractor 60 days before the contract expiry date.  The option may only be exercised by the Contracting Authority, and will be evidenced, for administrative purposes only, through a contract amendment.
    
    At the time to exercise option year 2 and option year 3,the rates in the Basis of Payment will be increased or decreased by multiplying the rates by the percentage change in “The Consumer Price Index”, major components, selected sub-groups and special aggregates, provinces, Whitehorse and Yellowknife, not seasonally adjusted” (“CPI”) for the appropriate province for the 12 month period ending two months before the expiration date of the current period of the contract (“period”).  The CPI which will be used is published in Statistics Canada Catalogue no. 62-001-X, tables 9-1 to 9-12, for the appropriate province all-items CPI of the period as described above.
    
    Consumer Price Index for Canada is published by Statistics Canada and is available at:
       http://www.statcan.gc.ca/dai-quo/ind1-eng.htm
    
    Security Requirement
    1.  The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).
    
    2.  The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABILITY STATUS or SECRET as required, grant-ed or approved by CISD/PWGSC
    
    3.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/ PSPC.
    
    4.  The Contractor/Offeror must comply with the provisions of the:
    
     (a)   Security Requirements Check List and security guide (if applicable
     (b)   Industrial Security Manual (Latest Edition).
    
    Mandatory Security Clearance
    1.     At the date of bid closing, the following conditions must be met:
    
    (a) the Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting Contract Clauses;
    (b) the Bidder’s proposed Non-Working on-Site Supervisor(1) and Working on Site Supervisors (2) requiring access to classified or protected information, assets or sensitive work sites must EACH hold a valid SECRET clearance;
    
    
    Individuals requiring access to classified or protected information, assets or sensitive work site(s) at the following buildings: 
    
    - must EACH have a valid RELIABLITY clearance.
    
    o Swimming Pool - 425 Breadner Private 
    o Beechwood Cemetery Drill Hall - 280 Beechwood Avenue, Ottawa
    o Building 16 Band -16 Spitfire Private 
    o Building 337 Chapel -337 Breadner Private
    o Youth Center - 200 Niverville Private 
    o 30th Field - 307 De Niverville Private
    o Cadet Space -190 Convair Private
    o Air Cadet Trailer - 8 Clement Private
    o Building 469 Padre Office -10 De Niverville 
    o Building 347 (A.R.A.F.) - 260 Croil Private
    o Building 465 - 465 Slemon Private
    o Building 471 Day Care - 330 Croil Private 
    o Building 346 Shipping - 360 Paul Benoit Private 
    o Hangar 14 - 250 Croil Private 
    o  and HMCS Dows Lake - 79 Prince of Wales Drive 
    
    
    Individuals requiring access to classified or protected information, assets or sensitive work site(s) at the following buildings at CFB Uplands,
    
    - must EACH hold a valid SECRET clearance:
    
    o Building 475 Communication- 300 Paul Benoit Private
    o Air Marshall - 190 Convair Private 
    o Crypto/William D. Moyes- 265 De Niverville 
    o Blue Nose Trailers - 720 Blue Nose Drive and
    o Building 351 Ammo - 2074 Alert Road
    
    
    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 on October 25, 2018. The site visit will begin at 8:30 am, starting at the main entrance of CFB Uplands, 265 De Niverville Private (William D. Moyes Building (Crypto)), Ottawa, Ontario.
    
    Bidders may communicate with the Contracting Authority no later than October 24, 2018 to confirm attendance and provide the name(s) 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. NO EXCEPTIONS WILL BE MADE.
     
    Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation. A maximum of two (2) representatives per company will be permitted to examine the site.
    
    
    Mandatory requirements:
    1) Attendance at the Mandatory Site Visit;
    2) Security Clearance of  SECRET and RELIABILITY, at bid closing, in accordance with Part 6,  Security Requirements;  
    3)  Contractor's qualification in accordance with Part 3, Section I: Technical Bid;
    4) One (1) Non-Working On-site Supervisor(s) qualification in accordance with Part 3, Section I:     Technical Bid;
    5)  Two (2) Working On-Site Supervisors qualification in accordance with Part 3, Section I:Technical Bid;
    6) Submission of a Firm Price/Rate in Canadian funds for all the items listed in the RFP, Part 3, Section II, Financial Bid;
    
    
    All enquiries are to be submitted in writing to the Contracting Authority Bushra Mirza at email:  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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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)

    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
    (613) 296-8782 ( )
    Email
    bushra.mirza@tpsgc-pwgsc.gc.ca
    Fax
    () -
    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
    English
    20
    001
    French
    1
    000
    English
    47
    000
    French
    4

    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
    Ontario (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: