SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Monuments and Statues Maintenance for Parliament Hill and the National War Memorial

Solicitation number EJ196-192390/A

Publication date

Closing date and time 2019/06/27 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    
    Monuments and Statues Maintenance for Parliament Hill and the National War Memorial
    Parliament Hill and National War Memorial, Wellington Street, Ottawa, ON, Canada
    EJ196-192930/A    
    Jeske, Alexander     Telephone No.  (613) 858-8158 
    
    _________________________________________________________________________________________
    
    Amendment 002
    
    Solicitation amendment 002 has been raised to:
    
    1) Extend the closing date to June 27, 2019.
    2) Update the estimated commencement date of the contract to January 1, 2020.
    3) Change the site visit from Mandatory to Optional with the site visit to be held on June 12, 2019.
    4) Modify the necessary experience requirements from two (2) consecutive year to two (2) cumulative years of experience
    
    _________________________________________________________________________________________
    
    Amendment 001 
    
    Solicitation amendment 001 has been raised to:
    
    1) Extend the closing date to May 30, 2019
    2) Change the date of the site visit to May 16, 2019
    
    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 at various locations starting at the National War Memorial, Wellington Street, Ottawa, Ontario, Canada on May 16, 2019 The site visit will begin at 09:15am EST.
    
    Bidders should communicate with the Contracting Authority no later than May 13, 2019 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 bidder will be permitted to examine the sites
    
    --------------------------------------------------------------------------------------------------------------------------------------------
    Requirement     
    To provide maintenance services including all labour, material and equipment for Public Works
    and Government Services Canada (PWGSC) for the Parliament Hill and War Memorial Site on twenty-one (21) statues and monuments: Victoria Tower Bell, Thomas D’Arcy McGee, The Famous Five, George Brown, Baldwin and Sir Lafontaine, The H.A. Harper Memorial (Sir Galahad), Queen Victoria, Queen Elizabeth II, Sir Robert Laird Borden, Sir Georges Etienne-Cartier, Sir John A. Macdonald, William Lyon Mackenzie King, Lester Bowles Pearson, John George Diefenbaker, Sir Wilfrid Laurier, Alexander Mackenzie, Sun Dial, War of 1812, Summer Pavilion No.1, Summer Pavilion No.2 and National War Memorial, in Ottawa, Ontario, Canada. The services must be provided in accordance with the Statement of Work. Location of the statues and monuments are in accordance with the site map.
    
    Period of contract 
    The period of any resulting Contract will be for a period of two (2) years (estimated commencement date June 3, 2019), with Canada retaining an irrevocable option to extend the contract for a period of three (3) additional consecutive twelve (12) month periods.
    
    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 at various locations starting at the National War Memorial, Wellington Street, Ottawa, Ontario, Canada on April 11, 2019 The site visit will begin at 09:15am EST.
    
    Bidders should communicate with the Contracting Authority no later than 4:00pm EST on April 9, 2019 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 bidder will be permitted to examine the sites
    
    Security Requirement
    The following security requirements (SRCL and related clauses provided by ISP) apply and form part of the Contract
    
    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 (CISD), Public Works and Government Services Canada (PWGSC).
    
    2. The Contractor/Offeror must comply with the provisions of the Security Requirements Check List and security guide (if applicable), attached at Appendix ‘C’.
    
     
    ENOR - Statues and Monuments Maintenance
    Parliament Hill and National War Memorial, Wellington Street, Ottawa, ON, Canada 
    EJ196-192930/A   
    Jeske, Alexander     Telephone No.  (613) 858-8158 
    ------------------------------------------------------------------------------------------------------------------------------------------
    
    Technical and Financial Evaluation - Mandatory Requirements
    (1) (Mandatory) Security Clearance of Site Access for each proposed employee, at bid closing, in accordance with Part 6, Security Requirements;
    
    (2) (Mandatory) Site Visit attendance;  
    
    (3)  (Mandatory) Contractor’s qualification in accordance with Part 3, Section 1: Technicial Bid;
    
    (4)  (Mandatory) One (1) Non-Working On-site Supervisor qualification in accordance with Part 3, Section 1:
          Technical Bid;
    
    (5)  (Mandatory) Certified Conservator documentation in accordance with Part 3, Section 1: Technical Bid;
    
    (6)  (Mandatory) Submission of Firm Price/Rate in Canadian funds for all the items listed in the RFP in accordance with Part 3, Section II: Financial Bid.
    
    Basis of selection
    A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be reommended for award of a contract.
    
    All enquiries are to be submitted in writing to the Contracting Authority Alexander Jeske at alexander.jeske@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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Jeske, Alexander
    Phone
    (613) 858-8158 ( )
    Email
    alexander.jeske@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    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
    4
    001
    English
    8
    001
    French
    5
    000
    English
    60
    000
    French
    11

    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: