Standing offer in industrial hygiene

Solicitation number EF928-220372/A

Publication date

Closing date and time 2022/07/19 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    Closing date for the above mentioned project has been postponed until July 19, 2:00 EDT
    
    
    ******
    
    Closing date for the above mentioned project has been postponed until July 14, 2:00 EDT
    
    
    
    ******
    
    STANDING OFFER IN INDUSTRIAL HYGIENE - (EF928-220372)
    
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Québec Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. 
    
    Suppliers are required to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
    
    Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.gc.ca.
    
    DESCRIPTION
    
    Request for a Regional Individual Standing Offer (RISO) for firms specializing in
    industrial hygiene, as needed, to run for two (2) years with two (2) further one-year
    options. The area covered by this RISO is all the territory of the province of Quebec and
    two territories subject to a Comprehensive Land Claims Agreement (CLCA). The
    potential value of this RISO in terms of ensuing contracts may amount to $16,5 million,
    taxes extra.
    
    The Identified User is: Environmental services of Public Works and Government Services Canada, Quebec Region.
    
    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the delivery of the requirement detailed in the RFSO, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs).
    
    This request for standing offers has 3 sections :
    
     Section 1 Area 1: Everywhere in Quebec excluding areas 3 & 4.
    
    Section 2 Area 2: Everywhere in Quebec excluding areas 3 & 4.
    A procurement is set aside under the federal government Procurement Strategy for Aboriginal Business.
    
     Section 3 Area 3: Nunavik Territory (excluding Whapmagoostui)
       
    Area 4: Jamésie and Eeyou Ishchee Territories (including Whapmagoostui).
    
    
    All interested suppliers may submit a bid for Section 1 & 2.
    
    Section 2 & 3 of this procurement is set aside under the federal government Procurement Strategy for Aboriginal Business.
    
    Considering that the services executed in areas 3 and 4 are subject to the Comprehensive Land Claims Agreements (CLCA) entitled the Convention of the James Bay and Northern Quebec Agreement (JBNQA), please note that:
    
    1. In accordance to Article 1802 of the Canadian Free Trade Agreement (CFTA), the CFTA does not apply to Section 2 & 3 of this procurement process.
    
    2. To apply on Section 3, area 3:
      
    a. As defined in chapter 29, clauses 29.0.31 of the JBNQA, this requirement is reserved for individuals defined as "INUIT", as defined in chapter 3 of the JBNQA (paragraphs 3.1.2, 3.2.4, 3.2.5 and 3.2.6). In respect to aboriginal Inuit business, they must be located to the north of the 55th parallel, as described in chapter 6 of the JBNQA.
    
    b. Proponents must sign and complete the document entitled "Attestation for Program of Reserved Contracts for Aboriginal people" (see Part 5 of the present document), understood here as «INUIT people» and beneficiaries of the JBNQA.
    3. To apply on Section 3, area 4:
    
    a. As defined in chapter 28, clauses 28.0.3 of the JBNQA, this requirement is reserved for individuals defined as "CREE", as defined in chapter 3 of the JBNQA (paragraphs 3.1.1, 3.2.1, 3.2.2 and 3.2.3). In respect to aboriginal Inuit business, they must be located to the north of the 55th parallel, as described in chapter 6 of the JBNQA.
    
    b. Proponents must sign and complete the document entitled "Attestation for Program of Reserved Contracts for Aboriginal people" (see Part 5 of the present document), understood here as «CREE people» and beneficiaries of the JBNQA.
    
    
    Security Requirements 
    
    There is a security requirement associated with this requirement.
    
    INQUIRIES
    All inquiries and comments regarding this Request for Proposal are to be submitted ONLY to the Contracting Authority, Englead Antoine, by e-mail to englead.antoine@tpsgc-pwgsc.gc.ca.
    
    LANGUAGES
    This PWGSC office provides acquisition services to the public in both official languages.
    
    Ce bureau de TPSGC fournit des services d'achat au public dans les deux langues officielles.
    
    
    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

    • 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
    Antoine, Englead
    Phone
    (438) 340-5863 ( )
    Email
    englead.antoine@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Place Bonaventure, portail Sud-Oues
    800, rue de La Gauchetière Ouest
    7e étage, suite 7300
    Montréal, Québec, H5A 1L6

    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
    004
    English
    3
    004
    French
    1
    002
    English
    2
    003
    English
    1
    003
    French
    1
    002
    French
    1
    001
    English
    6
    001
    French
    4
    000
    English
    20
    000
    French
    11

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: