SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Janitorial Service

Solicitation number W0107-11C209/A

Publication date

Closing date and time 2013/06/06 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Janitorial Service
    W0107-11C209/A
    Choquette, Herb
    Telephone No. - (613) 536-4874 
    Fax No. - (613) 545-8067
    E-mail - Herb.Choquette@pwgsc.gc.ca
    
    1.	Statement of Work
    To provide janitorial services for approximately 157 buildings
    at the Canadian Forces Base located in Petawawa, Ontario (2 ASG
    Garrison Petawawa) in accordance with the Statement of Work in
    Annex A.  
    
    The Contractor must provide scheduled and unscheduled (when
    authorized by the Technical Authority) janitorial services and
    provide sanitary supplies to all buildings listed in the
    attachment entitled "Space Inventory by Sector" which will be
    provided at the Mandatory Site Visit.  
    
    The period of the resulting Contract will be for three years
    from 1 May 2014 with Canada having an irrevocable option to
    extend the term by two (2) additional one year periods. 
    
    2.	Mandatory Site Visit
    It is mandatory that the Bidder or a representative of the
    Bidder visit the work site.  Arrangements have been made for
    site visit to be held on May 7, 2013 at 9:00 a.m. local time at
    2 ASG Garrison Petawawa building S-111 Base Construction
    Engineers' Conference Room.  
    
    The duration of the site visit will be a minimum of two 8 hour
    days and a maximum of three 8 hour days.  Bidders or their
    representatives must attend the entire mandatory site visit to
    comply with Canada's Mandatory Requirement for attendance.  
    
    Bidders must communicate with the Contracting Authority no later
    than 3 days before the scheduled visit to confirm attendance and
    provide the names of the person(s) who will attend.  Bidders
    will be required to sign an attendance form.  Bidders should
    confirm in their bids that they have attended the site visit. 
    Bidders who do not attend or do not send a representative will
    not be given an alternative appointment and their bids will be
    rejected as non-compliant.  Any clarifications or changes to the
    bid solicitation resulting from the site visit will be included
    as an amendment to the bid solicitation.
    
    
    3.	Technical Evaluation
    Mandatory Technical Criteria
    The mandatory technical evaluation criteria are:
    
    (a)	The Bidder or their representative must attend the entire
    Mandatory Site Visit as specified in Part 2, clause 5 entitled
    "Mandatory Site Visit".
    
    (b)	The Bidder must provide with their bid, the completed
    janitorial experience form located in Annex G that must explain
    how the legal entity which is submitting the bid has a minimum
    of 24 months janitorial experience within the past 5 years (from
    the bid closing date) cleaning a minimum of 92,000 square meters
    of floor space a minimum of 5 days per week during all 24 months
    of the Contract, or up to a maximum of two separate contracts.  
    
    i.	 If the bid includes descriptions of more than two contracts,
    Canada will decide which ones to evaluate.  The Contract (s)
    must have been performed by the Bidder itself (and does not
    include the experience of any proposed subcontractor or any
    affiliate of the Bidder).  However, several entities may combine
    their experience by submitting a bid as a joint venture; in that
    case, the bid must describe the previous experience of one or
    more joint venture members, to meet the experience requirement. 
    For example, one similar Contract could be described for one
    joint venture member and another Contract could be described for
    another joint venture member.  If two members of the joint
    venture worked on the same work site at the same time, the areas
    cleaned by each joint member will be combined and considered to
    be one Contract. 
    
    4.	 Financial Evaluation
    Mandatory Financial Criteria
    
    (a)	The Bidder must complete all required yearly usages, unit
    pricing, lot pricing and percentages indicated by empty unshaded
    cells in the tables in the Bid Pricing form in Annex B. The
    Bidder must not change the format or the units of issue in
    Tables 1, 2, and 3 of Annex B.  All pricing must be firm in
    Canadian currency.
    
    (b)	The Yearly Usage (hours) entered by the Bidder under Item
    number 1A, Routine Work - Janitorial Personnel in Table 1 of
    Annex B, must exceed 68.47 minimum Yearly Full Time Equivalent
    (FTE) personnel x 1992 hours per year x 1.05 (5%) = 143,212
    hours per year.
    
    5. Basis of Selection - Mandatory Technical Criteria
     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.
    
    6.	Security Requirement
           a.	Before award of a Contract, the following conditions
    must be met:
    
                The Bidder must hold a valid organization security
    clearance as indicated in Part 6-Resulting Contract Clauses;
    
    b.	Bidders are reminded to obtain the required security
    clearance promptly. Any delay in the award of a contract to
    allow the successful bidder to obtain the required clearance
    will be at the entire discretion of the Contracting Authority.
    
    c.	For additional information on security requirements, bidders
    should consult the "Security Requirements for PWGSC Bid
    Solicitations - Instructions for Bidders
    "
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents
    Website.
    
    7.      Contract Financial Security
    The Contractor must provide one of the following Contract
    financial securities within 30 calendar days after the date of
    Contract award: 
    
    i.	a performance bond form PWGSC-TPSGC 505 in the amount of 10
    percent of the Contract Price; or
    ii.	a security deposit as defined in clause E0008C in the amount
    of 10 percent of the Contract Price.
    Any bond must be accepted as security by one of the bonding
    companies listed in Treasury Board Contracting Policy, Appendix
    L, Acceptable Bonding Companies.
    Security deposits in the form of government guaranteed bonds
    with coupons attached will be accepted only if all coupons that
    are unmatured, at the time the security deposit is provided, are
    attached to the bonds. The Contractor must provide written
    instructions concerning the action to be taken with respect to
    coupons that will mature while the bonds are pledged as
    security, when such coupons are in excess of the security
    deposit requirement.
    
    If Canada does not receive the required financial security
    within the specified period, Canada may terminate the Contract
    for default pursuant to the Contract default provision.
    
    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)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Choquette, Herb
    Phone
    (613) 536-4874 ( )
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.

    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
    Ontario (except NCR)
    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: