Janitorial Services - Bedford Institute of Oceanography (BIO), Dartmouth, NS

Solicitation number EB281-182693/A

Publication date

Closing date and time 2018/10/04 13:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / 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: 
    
    Janitorial Services - Bedford Institute of Oceanography (BIO), Dartmouth, NS
    
    Public Services and Procurement Canada (PSPC) on behalf of the Department of Fisheries and Oceans Canada has a requirement for the furnishings of all labour, tools, transportation, equipment’s and supervision  required to provide a complete and satisfactory janitorial service to various buildings located at BIO, 1 Challenger Drive, Dartmouth , NS B2Y 4A2. 
    
    Optional Site Visit
    It is recommended 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 1 Challenger Drive, Dartmouth, NS on Wednesday, September 20, 2018.  The site visit will begin at 0900 hrs EST at the main lobby.  
    
    Bidders are requested to communicate with the Contracting Authority no later than September 14, 2018 at 1500 hrs to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders may be requested to sign an attendance sheet. Bidders who do not attend or do not send a representative will not be given an alternative appointment but they will not be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
    
    
    Security Requirements: There is a security requirement associated with this requirement. For additional information, see Part 6 - Security and Other Requirements, and Part 7 - Resulting Contract Clauses.
    
    The bidder shall maintain the following minimum staff complement on site during schedule operational hours of 08:00-16:30 pm - Monday to Friday cleared at the Reliability status level.
    One (1) Supervisor                             
    One (1) Duty Cleaner                         
    Twelve (12) Cleaners                               
    
    
    To be considered responsive, a bid must meet all of the  mandatory evaluation criteria in PART 4-Evaluation Procedures and Basis of Selection of the Request for Proposal . Bidders not meeting all of the mandatory requirements will be given no further consideration. Phased Bid Compliance Process applies to this procurement.
    
    
    The bidder must provide evidence of its experience and past performance by referencing projects or contracts satisfactorily rendered for a minimum of two (2) consecutive years within the past five (5) years, wherein the range of janitorial services provided are comparable to those described in this Request for Proposal (RFP). The bidder’s start and completion date for all referenced projects or contracts must total two years. The start and completion dates for each project must be completed by each bidder. For evaluation purposes, projects on or after January 01, 2013 constitutes past five (5) years.
    
    • A space that is a minimum of 50% of the size (51,968 m².), which is 25,984 m².
    
    Bidders can provide more projects and contracts to demonstrate two (2) years.
     
    Period of this Request for Proposal will be two years (2)  plus an additional three (3),12 month option periods, if required.
    
    INQUIRIES: All inquiries of a technical nature and all questions of a contractual nature are to be submitted to the Contracting Authority: Chukwudi Chinye, telephone (902) 401-7604, facsimile: (902) 496-5016, and email- chukwudi.chinye@pwgsc.gc.ca. Inquiries are to be made in writing and should be received no less than five (5) calendar days prior to the closing date to allow sufficient time to respond.
    
    This 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), and the Canadian Free Trade Agreement (CFTA)
    
    IMPORTANT NOTICE TO BIDDERS
    
    Security
    This notice is to advise ALL interested bidders MUST hold a valid Security Clearance granted or approved by PWGSC Canadian Industrial Security Directorate (CISD) at the level indicated in this solicitation document. Should the bidder not currently hold a valid Security Clearance or require the level to be upgraded, PWGSC will sponsor the bidder. Please submit your written request with the following information to Chukwudi Chinye by facsimile 902-496-5016 or by e-mail to Chukwudi.Chinye@pwgsc-tpsgc.gc.ca 
    
    - Legal Company Name
    - Mailing address
    - Surname and given name of contact person
    - Telephone number of contact person
    - Title of contact person
    - Facsimile number
    - E-mail address of contact person
    - Procurement Business Number
    - Preferred Language of correspondence
    - Level of Security Required
    
    Additional information on PWGSC security can be found on the following web site:
    http://ssi-iss.tpsgc-pwgsc.gc.ca or by dialing 1-866-368-4646 (Toll free).
    Delivery Date: 31/07/2018
    
    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)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Chinye (HAL), Chukwudi
    Phone
    (902) 401-7604 ( )
    Email
    chukwudi.chinye@pwgsc-tpsgc.gc.ca
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./Halifax, (N.É.)
    Halifax, Nova Scot, B3J 1T3

    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
    13
    004
    French
    1
    003
    English
    12
    003
    French
    0
    002
    English
    15
    002
    French
    0
    001
    English
    15
    001
    French
    0
    000
    English
    30
    000
    French
    1

    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
    Nova Scotia
    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.