SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Accommodation Services in Iqaluit

Solicitation number T8493-210079/A

Publication date

Closing date and time 2022/03/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exceptional Circumstances Under Article 508 (1) of AIT
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Urbco Inc.
    Capital Suites Iqaluit
    P.O. Box 2510
    Iqaluit Nunavut
    Canada
    X0A0H0
    Nature of Requirements: 
    
    Accommodation Services in Iqaluit
    T8493-210079/A
    Dumoulin Daguilh, Mireille
    Telephone No.(613)407-4443 
    
    1.Advance Contract Award Notice (ACAN): 
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    2.Definition of the requirement: 
    
    The Department of Transport Canada has a requirement for accommodation services in Iqaluit, to conduct aerial surveillance patrols, in Northern Canada. The work will involve Accommodation services for 9 people from July 01st, 2022 to September 30th, 2022 (with an additional one month option period), and secure storage for operational supplies.
    The accommodation services includes the provision of:
    
    i.4 fully furnished suites with fully equipped kitchen (full-size refrigerator and stove), for up to 91 nights;
    ii 3 single studio rooms with microwave and mini fridge or full size refrigerator, for up to 91 nights;
    iii.2 single studio rooms with microwave and mini fridge or full size refrigerator, for up to 13 nights.
    Total Contract period room nights is 663.
    
    3.Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements): 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that their hotel facilities meet the following requirements: 
    The accommodations services must offer the following:
    
    1.Technical Requirements:
    
    The supplier must meet the following mandatory requirements, as per General Technical Requirements of the Statement of Work (SOW):
    
    i.4 fully furnished suites (with 1 king or queen or double size bed) with private full bath with a minimum of a toilet, sink, shower, and towels and with fully equipped kitchen (full-size refrigerator and stove). (for 91 nights);
    ii.3 single studio rooms (with 1 king or queen or double size bed) with private full bath with a minimum of a toilet, sink, shower, and towels, and with microwave and mini fridge or full size refrigerator. (for 91 nights);
    iii.2 single studio rooms (with 1 king or queen or double size bed) with private full bath with a minimum of a toilet, sink, shower, and towels, and with microwave and mini fridge or full size refrigerator. (for 13 nights);
    iv.Bed Linens, Towels, and bathroom amenities (ex. soap, shampoo etc.);
    v.Three (3) parking spaces. Parking spaces must be within the vicinity of the hotel and no more than a five (5) minute walk from the front entrance of the hotel;
    vi.Premium Internet access;
    vii.Cleaning Services (for crew changes every 7-10 days, crew change schedules will be provided by TC prior to check in);
    viii.For replenishments, guests will request to the front desk by phone only and room attendants will then be notified of all supplies needed to be left outside their hotel room;
    ix.Iron and Ironing Board; 
    x. Cable or satellite television;
    xi.Elevator access to upper floors;
    xii.24 hour access to coin-laundry facilities;
    xiii Room climate control (both heating and cooling).
    
    4. Applicability of the trade agreement(s) to the procurement: 
    . 
    This procurement is subject to the following trade agreement(s): 
    i.Canadian Free Trade Agreement (CFTA);
    ii.Canada-Chile Free Trade Agreement (CCFTA);
    iii.Canada-Korea Free Trade Agreement.
    
    5.Set-aside under the Procurement Strategy for Aboriginal Business: 
     
    This procurement is not set-aside for an Aboriginal supplier under the government Procurement Strategy for Aboriginal Business (PSAB).
     
    6.Comprehensive Land Claims Agreements: 
    
    This procurement is not subject to the Comprehensive Land Claims Agreements.
    
    7. Justification for the Pre-Identified Supplier: 
    
    Iqaluit is an isolated northern community with a large transient population during the summer, and a much smaller transient population during the winter.
    Accommodations are severely limited with the closure of one hotel and the increased seasonal construction and government activity in Iqaluit for 2022-2023.
    As in previous years, Capital Suites (The pre-identified supplier) bedroom suites are the only commercial accommodations in Iqaluit that are equipped with a full kitchen, and meets all of the minimum essential requirements described in this ACAN. 
    There are no alternate commercial accommodations that meet all mandatory criteria. 
    The pre-identified Supplier meets all minimum mandatory requirements in this ACAN.
      
    8.Government Contracts Regulations Exception:  
     
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d): "only one person is capable of performing the work". 
    
    9. Exclusions and/or Limited Tendering Reasons:
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    i.Canadian Free Trade Agreement (CFTA) - Article 513, Limited Tendering, if : (a) (iii) no suppliers satisfied the conditions for participating or (b) (iii) absence of competition for technical reason;
    ii.Canada-Chile Free Trade Agreement (CCFTA) - Article Kbis-09: “1. Entities may award contracts by means other than open tendering procedures…b) where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists”.
    iii.Canada-Korea Free Trade Agreement : The procedural elements of this agreement are considered to be fulfilled through compliance with the procedural requirements of WTO.
    
    WTO Article XIII, Limited Tendering: “a procuring entity may use limited tendering under any of the following circumstances:
    a. where:
    iii- no suppliers satisfied the conditions for participation;     
    b. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    iii- due to an absence of competition for technical reasons.
    
    10. Ownership of Intellectual Property: 
    
    There are no intellectual property terms in the contract.
    
    11. Period of the proposed contract or delivery date: 
    
    The proposed contract is for a period starting July 1st , 2022 to September 30th, 2022 (91 nights). The contract includes an option to extend the contract period from October 1, 2022 to October 31, 2022 (30 nights).
    
    12. Cost estimate of the proposed contract: 
     
    The estimated value of the contract, including option, is $218,064.00 (GST/HST included). 
    
    13. Name and address of the pre-identified supplier: 
    
    Capital Suites Iqaluit 
    807 Aviq Street, PO BOX 2009 Iqaluit, Nunavut  X0A 0H0. 
    
    14. Suppliers' right to submit a statement of capabilities: 
     
    Suppliers who consider themselves fully qualified and available to provide the services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    15. Closing date for a submission of a statement of capabilities: 
    
    The closing date and time for accepting statements of capabilities is Tuesday March 14th, 2022 at 2:00 p.m. EST. 
    
    16. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: 
    
    Name: Mireille Dumoulin Daguilh
    Telephone:613-407-4443  
    E-mail address :mireille.dumoulindaguilh@tpsgc-pwgsc.gc.ca
    
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Dumoulin Daguilh, Mireille
    Phone
    (613) 407-4443 ( )
    Email
    mireille.dumoulindaguilh@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier, East Tower 7th
    L'Esplanade Laurier, Tour est 7e ét
    140 O'Connor, Street,
    140 O'Connor, rue O'Connor
    Ottawa, Ontario, K1A 0R5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Nunavut Territory
    Procurement method
    Non-Competitive

    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: