Window Cleaning Services 455 Boul de la Carriere and exterior garage

Solicitation number EJ196-220974/A

Publication date

Closing date and time 2022/08/30 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: 
    
    Window Cleaning Services  455 Boul de la Carriere and exterior garage   EJ196-220974/A
    Richard, Caroline  Telephone No. - (343) 551-2994 
    Caroline.Richard@tpsgc-pwgsc.gc,ca
    
    NPP Amd 004 - 
    This Amendment is to update (1) Extend the closing date, (2) Revise Part 6 - Security Requirement and (3) Add Annex F - Contract Security Program (CSP) - Application for Registration (AFR)
    
    
    --------------------------
    
    NPP Amd 003 - 
    This Amendment is to revise 2.6 Mandatory Site Visit and 7.4 Cost Determination
    
    ------------------
    
    NPP Amd 002 - 
    This Amendment is raised to update the following;
    
    Revise GSIN to Read K199N Window Cleaning 
    
    Replace Caroline.Richard@ppsc-sppc.gc.ca with caroline.richard@tpsgc-pwgsc.gc.ca
    
    In the French RFP - Note that the address should read 455 boul de la Carrière et stationnement extérieur
    
    
    ---------------------------------------------------------
    NPP Amd 001 - add Roof Anchor Plans
    -------------------------------------------
    Window Cleaning Services  455 Boul de la Carriere and exterior garage   EJ196-220974/A
    Richard, Caroline  Telephone No. - (343) 551-2994  
    
    Requirement     
    To provide Window Cleaning Services including all labour, supervision, transportation, tools, material, and equipment; for Public Works and Government Services Canada (PW GSC), located at at 455 Boul de la Carrière, Louis Saint Laurent Building #2 including exterior garage, Gatineau, Quebec, Canada, in accordance with the terms and conditions contained in the solicitation.
    The services must be provided in accordance with the Statement of Work attached at Annex "A"
    Period of Contract
    The period of any resulting Contract will be for a period of one (1) year plus up to four (4) additional consecutive twelve (12) month periods, under the same conditions.
    
    Mandatory Site Visit 
    It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made f or a site visit to be held on July 28, 2022 at 9 :00am at 455 Boul de la Carrière, Main Entrance, Gatineau, Quebec.
    Bidders must communicate with the Contracting Authority no later than July 22, 2022 to confirm attendance and provide the name of the person 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 maximum of one (1) representative per bidder will be permitted to examine the site(s)
    
    It is mandatory that bidders provide and wear the following for the mandatory site visit:
    • Safety boots, 
    • Hard hat
    It is MANDATORY that all contractors follow federal/provincial guidelines for COVID-19 which includes physical distancing, a minimum of 6 feet between all participants, at all times.  Contractors MUST wear masks and/or face coverings for the duration of the site visit. Also, contractors are asked to please avoid touching any surfaces during the site visit.
    Contact tracing If anyone shows any symptoms after the site visit meeting or within 14 days of the meeting, please advise the Contracting Authority as soon as possible
    Security Requirement
    At the Award of the Contract, the following conditions must be met
    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 Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
    
    1. The Contractor/Offeror personnel requiring access to sensitive site(s) must EACH hold a valid RELIABILITY STATUS, 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 (if applicable), attached at Annex C
    b) Contract Security Manual (Latest Edition).
    
    Evaluation Procedures
    
    Mandatory requirements:
    
    1) Security Clearance of  Reliability, at contract award, in accordance with Part 6,  Security Requirements; .
    2)  Contractor's qualification in accordance with Part 3, Section I: Technical Bid;
    
    3) Submission of a Firm Price/Rate in Canadian funds for all the items listed in the RFP, Part 3, Section II, Financial Bid;
    
    
    
    4.2 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
                     
    
    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-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    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
    Richard, Caroline
    Phone
    (343) 551-2994 ( )
    Email
    caroline.richard@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
    004
    English
    12
    004
    French
    5
    003
    English
    13
    003
    French
    1
    002
    English
    16
    002
    French
    3
    001
    English
    16
    001
    French
    4
    English
    13
    English
    5
    000
    English
    23
    French
    4
    000
    French
    11
    French
    2

    Access the Getting started page for details on how to bid, and more.

    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.