Window cleaning services
Solicitation number EJ196-222290/A
Publication date
Closing date and time 2022/09/27 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 300 Laurier Avenue West (L'Esplanade Laurier) EJ196-222290/A Metellus, Jacoby Telephone No. - (819) 790-3446 jacoby.metellus@tpsgc-pwgsc.gc.ca NPP Amd 004 - 1. To revise site visit notes pertaining to commercial window cleaning. DELETE: Bidders were reminded not to clean the commercial windows. INSERT: Bidders were reminded not to clean inside of the commercial windows. ------- NPP Amd 003 - This Amendment is to update the following: 1. To revise the bid closing date. 2. To revise the Statement of Work. 3. To revise the Basis of Pricing - Financial Bid. 4. To provide Site Visit Minutes. 5. To provide responses to questions received. --------- Window cleaning services 300 Laurier Avenue West (L'Esplanade Laurier) EJ196-222290/A Metellus, Jacoby Telephone No. - (819) 790-3446 jacoby.metellus@tpsgc-pwgsc.gc.ca NPP Amd 002 - This Amendment is to update the closing date to September 21, 2022. ---- NPP Amd 001 - This Amendment is to update (1) the closing date, (2) Revised the project title in the french document, (3) Revised Part 6 - Security Requirement, and (4) Add Annex F - Contract Security Program (CSP) - Application for Registration (AFR) ------------ Requirement To provide Window Cleaning Services including all labour, supervision, transportation, tools, material, and equipment; for Public W orks and Government Services Canada (PWGSC), located at L’Esplanade Laurier 300 Laurier Avenue West Ottawa, Ontario, 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 for the site visit to be held at L’Esplanade Laurier 300 Laurier Avenue West on August 16, 2022. The site visit will begin at 10:00 EDT, in the lobby of 300 Laurier Avenue West. Bidders must communicate with the Contracting Authority no later than 4 August 2022 to confirm attendance and provide the name of the person who will attend and also their cellphone numbers. Bidders should provide up to two (2) other replacement representatives’ names in case of positive COVID-19 testing. 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) representatives 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 Bidders who do not comply will not be permitted to attend the mandatory site visit. Bidders who do not confirm attendance, or provide the name(s) of the person(s) who will attend will not be allowed 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. 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 Requirements The following security requirements (SRCL and related clauses provided by the Contract Security Program) apply and form part of the Contract. 1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC). 2. The Contractor 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 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 (a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria. (b) An evaluation team composed of representatives of Canada will evaluate the bids. Technical Evaluation Mandatory requirements: 1) Security Clearance of RELIABILITY STATUS, at contract award, in accordance with Part 6, Security Requirements; 2) Submission of a Firm Price/Rate in Canadian funds for all the items listed in the RFP, Part 3, Section II, Financial Bid. 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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Metellus, Jacoby
- Phone
- (819) 790-3446 ( )
- Email
- jacoby.metellus@tpsgc-pwgsc.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.B333.E81315.EBSU004.PDF | 004 |
English
|
3 | |
ABES.PROD.PW__FK.B333.F81315.EBSU004.PDF | 004 |
French
|
5 | |
ABES.PROD.PW__FK.B333.E81315.EBSU003.PDF | 003 |
English
|
12 | |
ABES.PROD.PW__FK.B333.F81315.EBSU003.PDF | 003 |
French
|
2 | |
ABES.PROD.PW__FK.B333.E81315.EBSU002.PDF | 002 |
English
|
20 | |
ABES.PROD.PW__FK.B333.F81315.EBSU002.PDF | 002 |
French
|
5 | |
ABES.PROD.PW__FK.B333.F81315.EBSU001.PDF | 001 |
French
|
13 | |
ABES.PROD.PW__FK.B333.E81315.EBSU001.PDF | 001 |
English
|
26 | |
ABES.PROD.PW__FK.B333.F81315.EBSU000.PDF | 000 |
French
|
16 | |
ABES.PROD.PW__FK.B333.E81315.EBSU000.PDF | 000 |
English
|
59 |
Access the Getting started page for details on how to bid, and more.