Building Automation Controls System
Solicitation number EJ196-190744/A
Publication date
Closing date and time 2020/01/14 14:00 EST
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: NOTICE OF PROPOSED PROCUREMENT (NPP) EJ196-190744/A - CLOSING DATE JANUARY 14 2020 - 2:00PM EST There are Security Requirements associated with this requirement. REQUIREMENT: Public Services and Procurement Canada (PSPC) has a requirement for a Contractor to provide labour, transportation, equipment, and materials for the supply and installation of replacement plants and maintenance of the living wall located at the Wellington Building, 180 Wellington Street and to ensure all system components are functioning properly and plants are healthy and thriving. The Contractor must comply with all Laws and Regulations: Federal, Provincial or Municipal, relative to servicing as well as maintaining the equipment the plants of the living wall, listed on the attached inventory listing at Annex A - Statement of Work, and must pay for any and all permits and certificates required. The Contractor must provide all tools, replacement or repair parts, materials, Personal Protective Equipment, services and labour to execute the work required for the maintenance and service of the equipment referred to in these documents on the terms and conditions in accordance with the Statement of Work attached herein as Annex A and must execute such work in a careful and workmanlike manner. PERIOD OF RESULTING CONTRACT: The period of any resulting Contract will be for a period of five (5) years. BASIS OF SELECTION A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract. SECURITY REQUIREMENTS: There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website. TRADE AGREEMENTS: The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canadian Free Trade Agreement (CFTA) and Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP). 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 the Wellington Building at 180 Wellington Street, Ottawa, Ontario on Friday December 20 2019. The site visit will begin at 09:00AM EST, in Lobby at the Living Wall. Personnel security screening is required prior to gaining authorized access to PROTECTED information, assets, or sites. Bidders must communicate with the Contracting Authority no later than Monday December 16 2019 2:00PM EST 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. ENQUIRIES: All enquiries regarding this requirement must be submitted in writing to the Contracting Authority: Pierre Lavigne E-mail adresse: pierre.lavigne@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)
-
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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lavigne, Pierre
- Phone
- (873) 354-5198 ( )
- Email
- pierre.lavigne@pwgsc-tpsgc.gc.ca
- Address
-
L'Esplanade Laurier,
East Tower 4th Floor
L'Esplanade Laurier,
Tour est 4e étage
140 O'Connor, StreetOttawa, Ontario, K1A 0R5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__FK.B315.E78166.EBSU000.PDF | 000 | EN | 56 | |
ABES.PROD.PW__FK.B315.F78166.EBSU000.PDF | 000 | FR | 8 |
Access the Getting started page for details on how to bid, and more.