Janitorial services - Don Reid

Solicitation number EJ196-220758/A

Publication date

Closing date and time 2022/03/24 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    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. EJ196-220758/A
    Janitorial Services, 2455 Don Reid Drive, Ottawa, ON
    Requirement
    To provide Janitorial Services including all labour, material and equipment for Public Works and
    Government Services Canada (PWGSC), located at 2455 Don Reid Drive, Ottawa, Ontario, Canada. 
    The services must be provided in accordance with Statement of Work EJ196-220758, attached to the 
    Request for Proposal.
    
    Period of the Contract
    The period of the contract is for two (2) years with three (3) options to extend for an additional period of
    twelve (12) consecutive months each.  
    
    Option to Extend Contract
    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three (3) ADDITIONAL CONSECUTIVE TWELVE (12) MONTH PERIODS each under the same conditions. 
    
    The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.
    
    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 option year 2 and option year 3 are exercised, 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:
    https://www150.statcan.gc.ca/n1/daily-quotidien/200916/dq200916a-eng.htm?HPA=1&indid=3665-1&indgeo=0
    
    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 Contract Security Program (CSP), Public Works and Government Services (PWGSC).
    2.  The Contractor/Offeror personnel requiring access to sensitive site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by the CSP, PWGSC.
    
    3.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
    
    4.  The Contractor/Offeror must comply with the provisions of the:
    
    a)  Security Requirements Check List and security guide.
    
    b)  Contract Security Manual (Latest Edition).
    
    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 2455 Don Reid Drive on March 2, 2022. The site visit will begin at 9:00 am, at the main entrance of 2455 Don Reid Drive.
    It is mandatory that bidders provide and wear safety boots for the mandatory site visit. Bidders who do not comply will not be permitted to attend the mandatory site visit.
    This site visit is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The person(s) who attend must be fully vaccinated against COVID-19, or, for personnel that are unable to be vaccinated due to a certified medical contraindication, religion or other prohibited grounds of discrimination under the Canadian Human Rights Act, subject to accommodation and mitigation measures that have been presented to and approved by Canada.
    Bidders must communicate with the Contracting Authority no later than February 22, 2022 to confirm attendance and provide the name and date of birth of the person who will attend.
    Bidders must complete and return the certificate at Part 2 - Bidder Instructions, clause 2.6 Mandatory 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 maximum of one (1) representatives per bidder will be permitted to examine the site(s)
    
    Mandatory Requirements
    A) Attendance at the mandatory site visit;
    B) Security clearance of SECRET at bid closing;
    C) Contractor’s Experience and Past Performance;
    D) Working On-Site Supervisor’s Expertise and Experience;
    E) 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 Daniel Soucy by E-Mail:    Daniel.soucy@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.

    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
    Soucy, Daniel
    Phone
    (343) 574-2676 ( )
    Email
    Daniel.Soucy@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
    001
    French
    1
    001
    English
    19
    000
    French
    6
    000
    English
    57

    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: