Water Plumbing & Drain Laying Work

Solicitation number E6TOR-12RM03/B

Publication date

Closing date and time 2013/05/21 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: If 3+ bids offer Canadian goods/services
    other bids will not be considered
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Title: Water, Plumbing & Drainage System Work
    
    Solicitation Number:  E6TOR-12RM03/B
    
    Contracting Authority:
    Dunphy, Ken
    Telephone No. - (613) 545-8060
    Fax No. - (613) 545-8067
    E-mail - Ken.Dunphy@PWGSC.gc.ca
    
    Requirement:
    Request for Standing Offers for companies to provide skilled
    licensed labour, tools, equipment, materials and supervision for
    the supply and installation of underground water, plumbing and
    drainage systems.
    
    Companies may submit offers to provide services at all or any of
    the following geographic areas in Ontario:  Kingston; Trenton &
    Belleville; Campbellford; Cobourg; Peterborough; Brockville;
    Cornwall; London; Kitchener; Niagara Falls; Windsor; Hamilton;
    Gravenhurst; North Bay; Sault Ste. Marie; Sudbury and French
    River Dam adjacent to the Dokis reserve.  PWGSC intends to issue
    one Regional Master Standing Offer to the lowest compliant
    offeror for each area and each manufacturer.    If an Offeror is
    recommended for Standing Offers for more than one geographic
    area, those applicable geographic areas will be combined into
    one Standing Offer.  The term of the Standing Offers will be
    from date of award to March 31, 2013 with Canada having an
    option to extend the standing offers by one year.  There is a
    security requirement contained in part 7A of the resulting
    Regional Master Standing Offer.
    
    There is no minimum call-up value.  Individual call-ups
    including all amendments and Harmonized Sales Tax, must not
    exceed $60,000 for the Department of National Defence and
    $100,000 for all other identified users.  This procurement
    contains MANDATORY requirements as specified in Part 4. There
    are Health & Safety requirements specified in Part 5
    "Certifications" which are one of the conditions precedent to
    issuance of the Standing Offer.  The resulting Standing Offer
    must not be used when other trades standing offers or contracts
    are required to complete the project.  The General Contractor
    Supply Arrangement or other procurement tools must be used in
    place of this Standing Offer when multiple trades are required
    to complete the project. The requirement is subject to the
    provisions of the Agreement on Internal Trade (AIT).  The
    requirement is conditionally limited to Canadian goods and/or
    services.
    
    Certifications:
    There are multiple Certifications required with this requirement.
    
    Communications From Bidders:
    Bidders are requested to provide any questions, concerns and
    required information, concerning the RFP, by facsimile, mail or
    e-mail, if they so desire. Questions are to be faxed to (613)
    545-8067 or e-mailed to Ken.Dunphy@pwgsc.gc.ca.
    
    IMPORTANT NOTICE TO SUPPLIERS
    
    Government of Canada is moving its Government Electronic
    Tendering Service from MERX to Buyandsell.gc.ca/tenders on June
    1, 2013
    
    Starting June 1, 2013, federal government tenders (tender
    notices and bid solicitation documents) will be published and
    available free of charge on a Government of Canada Web site on
    Buyandsell.gc.ca/tenders.
    
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders will be the sole authoritative source
    for Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    Get more details in the Frequently Asked Questions section of
    Buyandsell.gc.ca/tenders. 
    
    After June 1, 2013, all tenders and related documents and
    amendments will be on Buyandsell.gc.ca/tenders.  
    
    On June 1, 2013, suppliers must go to Buyandsell.gc.ca/tenders
    to check for amendments to any tender opportunities that they
    have been following on MERX prior to June 1.  
    
    Bookmark Buyandsell.gc.ca/tenders now to be ready for June 1!
    
    
    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

    • Agreement on Internal Trade (AIT)
    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
    Dunphy, Ken
    Phone
    (613) 545-8060 ( )
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    000 FR 0 2026/05/04
    000 EN 6 2026/05/04
    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
    Ontario (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.