PSAB Landscaping and maintenance service

Solicitation number EN438-178004/B

Publication date

Closing date and time 2019/10/18 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Rotational Sourcing
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Landscaping and maintenance service
    
    EN438-178004/B
    Choquette, Herb
    Telephone No. - (613) 536-4874 (    )
    Fax No. - (613) 545-8067 (    )
    E-mail - Herb.Choquette@pwgsc.gc.ca
    
    Request for Supply Arrangements (SA) to perform Work at Stony Point First Nations, Ontario.
    1.2.1 There is no pricing requested in this document as it will be used to pre-qualify bidders (by
    issuing Supply Arrangements) for future requests for quotations. The issuing of supply arrangements will be an ongoing process. The bid closing date on the first page of the RFSA represents the last date when the that a response can be submitted. Bidders may respond sooner and the resulting supply arrangement should be issued within one week from when the bid is submitted and determined to be compliant. Only supply arrangement holders will receive requests for quotations. There is no minimum call-up value.  
    
    1.2.2 There are no security requirements associated with this requirement. 
    
    1.2.3 Set-aside under the Procurement Strategy for Aboriginal Business (A3002T)
    This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business see Annex 9.4 of the Supply Manual.
    This procurement is set aside from the international trade agreements under the provision each has for set-asides for small and minority businesses.
    Further to Article 1802 of the Agreement on Internal Trade (AIT), AIT does not apply to this procurement.
    1.2.4 The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    
    1.2.5 The requirement is subject to a preference for Canadian goods and/or services
    
    Scope of Work
    The work involves general maintenance, snow clearing, landscaping services, site inspections and surface debris sweep including:
    
    (i) Tree/shrub removal - This will include full tree/shrub removal with the trunk cut off as near as practical to the level of the surrounding natural ground level,
    (ii) Log removal - This includes complete removal of logs, splitting of logs and placement as indicated by DND Representative.
    (iii) Grubbing/Grinding - Grub out stumps and roots to not less than 455 mm below original ground surface.
    (iv) Topping - Cut off trees, bush and shrub as indicated by DND Representative,
    (v) Drop Crotching - Involves selective cutting and trimming branches to their point of origin.
    (vi) General maintenance - grass cutting, general maintenance of Clearance and remediation facilities as indicated by DND Representative.
    (vii) Snow Removal - snow will be cleaned from designated roads, sidewalks, parking lots, driveways, entrances to vacant dwellings and to all other areas as requested by DND Representative.
    (viii) Pest and Wildlife Control - remove and contain any potential pest and wildlife in areas of environmental concern. 
    (ix) Seeding and watering - hand seeding and watering or hydro seeding, as indicated by DND Representative.
    (x) Road maintenance and upgrades - as required import of fill, compacting and grading in areas damaged by Clearance and remediation activities as indicated by DND Representative.
    (xi) Infilling and shaping - import and placement of clean fill, compacting and grading, installation of sedimentation barriers in areas requiring erosion and sediment control as indicated by DND Representative.
    (xii) Monitoring and inspections - Clearance and Remediation facility inspections, infrastructure external integrity checks, security light integrity checks, sedimentation and erosion control measures integrity checks as indicated by DND Representative.
    (xiii) Removal and disposal of non-hazardous waste - this could include metal, vehicles, appliances and other non-hazardous waste as indicated by DND Representative.
    (xiv) Surface Debris Sweep - removal of surface, non-munitions scrap, and general debris from the Site, normally conducted with the aid of a metal detector and consisting of the removal of foreign debris, on or partially exposed land. Metallic objects that is picked up as part of the surface debris sweep will be checked for munitions scrap and disposed of in accordance with applicable standards.
    
    
    
    
    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-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 ( )
    Email
    herb.choquette@pwgsc-tpsgc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    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
    002
    English
    4
    002
    French
    0
    001
    English
    7
    001
    French
    0
    000
    English
    42
    000
    French
    4

    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
    Rotational Sourcing
    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: