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 CFB North Bay

Solicitation number W0135-141583/A

Publication date

Closing date and time 2015/10/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Janitorial Service CFB North Bay
    
    W0135-141583/A
    Choquette, Herb
    Telephone No. - (613) 536-4874 
    Fax No. - (613) 545-8067
    E-mail - Herb.Choquette@pwgsc-tpsgc.gc.ca
    
    
    1.2 Statement of Work
    The Department of National Defence requires Janitorial Services,
    including all labour, material and
    equipment, for the buildings located at Canadian Forces Base
    (CFB) North Bay, Ontario, Canada. The
    services must be provided in accordance with Annex "A" -
    Statement of Work attached hereto.
    Period of the resulting Contract will be from 16 November 2015
    to 15 November 2018 with Canada having
    the irrevocable option of extending the Contract for two (2)
    additional twelve (12) month periods to 15
    November 2020.  
    
    Security Requirements
    1. At the date of bid closing, the following conditions must be
    met:
    The Bidder must hold a valid organization security clearance as
    indicated in Part 6 - Resulting
    Contract Clauses;
    2. For additional information on security requirements, bidders
    should refer to the Industrial Security
    Program (ISP) of Public Works and Government Services Canada
    (http://ssi-iss.tpsgcpwgsc.
    gc.ca/index-eng.html) website.
    
    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 9 Manston Crescent,
    Hornell Heights, Ontario on September
    23, 2015. The site visit will begin at 09:00 EDT, in the main
    floor boardroom.
    
    Bidders must communicate with the Contracting Authority no later
    than September 18, 2015 to confirm
    attendance and provide the name(s) of the person(s) 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.
    
    Technical Evaluation
    4.1.1.1 Mandatory Technical Criteria
    Bidders must demonstrate their corporate janitorial experience
    by:
    
    1. providing details from up to a maximum of 3 janitorial
    contact(s) which each have been
    providing janitorial services for a minimum of 5 days per week,
    over a minimum of 36 months
    within the last 60 months (from this solicitation's closing
    date);
    
    2. providing details from up to a maximum of 3 janitorial
    contract(s) that includes cleaning of
    buildings with at least two of the following types of usages:
    1. Exercise facility with either a pool, gymnasium, or fitness
    centre;
    2. Medical clinic;
    3. Child daycare;
    4. Offices;
    5. Dining facility;
    6. Accommodation building or hotel.
    
    3. Providing details of up to a maximum of 3 janitorial
    contracts that cumulatively include the
    cleaning of a minimum of 20,000 square meters of floor area.
    As a minimum, the details provided by Bidders must include the
    following information for each janitorial
    contract they are using to demonstrate the criteria above:
    - Civic location of building;
    - Start and end date of the janitorial contract;
    - Company name, contact name and phone number of client(s);
    - Types of usage of the areas cleaned;
    - Total floor area cleaned.
    
    (If information for more than three separate contracts is
    provided; Canada will only evaluate the first
    Three.)
    
    Mandatory Financial Criteria
    To be responsive the Bidder must:
    Provide firm unit pricing for all of the items in accordance
    with Annex "B", Basis of Payment, in Canadian currency.
    
    Basis of Selection
    A bid must comply with all requirements of the bid solicitation
    to be declared responsive. The responsive
    bid with the lowest evaluated price will be recommended for
    award of a contract.
    
    Certifications Required with the Bid
    Bidders must submit the following duly completed certifications
    as part of their bid.
    
    Declaration of Convicted Offences
    As applicable, pursuant to subsection Declaration of Convicted
    Offences of section 01 of the
    Standard Instructions, the Bidder must provide with its bid, a
    completed Declaration Form
    (http://www.tpsgc-pwgsc.gc.ca/ci-if/formulaire-form-eng.html),
    to be given further consideration in
    the procurement process.
    
    Certifications Precedent to Contract Award and Additional
    Information
    The certifications and additional information listed below
    should be submitted with the bid, but may be
    submitted afterwards. If any of these required certifications or
    additional information is not completed and
    submitted as requested, the Contracting Authority will inform
    the Bidder of a time frame within which to
    provide the information. Failure to provide the certifications
    or the additional information listed below
    within the time frame provided will render the bid
    non-responsive.
    
    Integrity Provisions - List of Names
    Bidders who are incorporated, including those bidding as a joint
    venture, must provide a complete
    list of names of all individuals who are currently directors of
    the Bidder.
    Bidders bidding as sole proprietorship, as well as those bidding
    as a joint venture, must provide
    the name of the owner(s). Bidders bidding as societies, firms or
    partnerships do not need to
    provide lists of names.
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
    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 Canadian Industrial
    Security Directorate (CISD), Public Works and Government
    Services Canada (PWGSC).
    2. The Contractor/Offeror personnel requiring access to
    sensitive work site(s) must EACH hold a
    valid RELIABILITY STATUS or SECRET clearance, as required,
    granted or approved by
    CISD/PWGSC.
    3. Subcontracts which contain security requirements are NOT to
    be awarded without the prior
    written permission of CISD/PWGSC.
    4. The Contractor/Offeror must comply with the provisions of the:
    (a) Security Requirements Check List and security guide,
    attached at Annex D.
    (b) Industrial Security Manual (Latest Edition).
    
    Contract Financial Security
    1. The Contractor must provide one of the following Contract
    financial securities for the duration of
    the contract, within 30 calendar days after the date of Contract
    award:
    i. a performance bond form PWGSC-TPSGC 505 in the amount of
    $300,000.00; or
    ii. a security deposit as defined in clause E0008C in the amount
    of $300,000.00.
    Any bond must be accepted as security by one of the bonding
    companies listed in Treasury Board
    Contracting Policy, Appendix L, Acceptable Bonding Companies.
    
    2. 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.
    
    3. 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)
    • Canada-Panama Free Trade Agreement
    • 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    1
    001
    English
    8
    000
    French
    14
    000
    English
    53

    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)
    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: