Hazardous Waste Disposal Services

Solicitation number EW479-162880/C

Publication date

Closing date and time 2026/09/14 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Subsequent/Follow-on Contracts
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Hazardous Waste Disposal Services
    
    EW479-162880/C
    Calixto, Monnette
    Telephone No. - (204) 899-9768 (    )
    Fax No. - (204) 983-0338 (    )
    
    Hazardous Waste Disposal Services, PWGSC, National
    
    This requirement is to establish multiple Supply Arrangements to provide all labour, materials, equipment, tools and supervision necessary for the identification, labelling, packaging, reparation of profile documentation sheets, loading, transportation and disposal/destruction of user-generated hazardous waste products for various Federal Government Departments and Agencies within Canada.  These Supply Arrangements are meant for the procurement of professional and commercial services under those approval authorities.
    
    Suppliers must be licensed and permitted to provide hazardous waste disposal services within one or more provinces or territories.
    
    The Supply Arrangements have no defined end-date and will remain valid until such time as PWGSC no longer considers it to be advantageous to use them.  They will replace the Supply Arrangements currently in place under EW479-150546 & EW479-162880/B Hazardous Waste Disposal.
    
    Two streams of Supply Arrangements may be issued pursuant to this solicitation, as follows:
    
    1)  Any supplier, including Indigenous suppliers, wishing to submit an arrangement not pursuant to the Procurement Strategy for Aboriginal Business (PSAB). For the purpose of the RFSA, this stream is titled “General” or “General Suppliers” or “General stream.”  General Suppliers must be able to provide the services either across Canada (nationally) or in at least one region of Canada.
    
    i)  Requirements in the general stream have three tiers with separate instructions, as defined in Part 6 (B), Section 2 - Bid Solicitation of this RFSA:
    
    a.  For requirements estimated below $40,000.00 (applicable taxes included):
    
    For bid solicitations valued at $25,000.00 or more (including applicable taxes), if, and only if, the requirement covered by the bid solicitation of any resulting supply arrangement is administered by PWGSC, the requirement will be subject to a preference for Canadian goods and/or services or will be limited to Canadian goods and/or services.
    
    Otherwise, the requirement is subject to the Government Contracts Regulations (GCRs) 
    b.  For requirements estimated at $40,000.00 to $100,000.00 (applicable taxes included): 
    
    If, and only if, the requirement covered by the bid solicitation of any resulting supply arrangement is administered by PWGSC, the requirement will be subject to a preference for Canadian goods and/or services or will be limited to Canadian goods and/or services.
    
    Otherwise, the requirement is subject to the Government Contracts Regulations (GCRs) in a similar fashion to 2.1.i.a.
    c.  For requirements estimated at $100,000.00 to the departmental contracting limit of $400,000.00 (applicable taxes included)
    
    The requirement may be subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP) and the Agreement on Internal Trade (AIT).  The departmental contracting limits are specified in the Treasury Board Secretariat’s Contracting Policy, Appendix “C” - Treasury Board Contracts Directive,” Part 1 - Basic Contracting Limits, Schedule 3 - Service Contracts (Excluding Architectural and Engineering Services).
       
    d.  For requirements estimated above the departmental contracting limit of $400,000.00 (applicable taxes included): 
    
    The requirement is outside the scope of the supply arrangements and the requirement must be administered separately by a PWGSC Contracting Authority.
    
    i.  The proposed requirement is subject to the following Comprehensive Land Claims Agreement(s) (CLCAs) (see 2.2.ii.).  One or more of the following CLCAs may apply to the bid solicitation of any resulting supply arrangement, dependant on delivery location(s).  It is not mandatory for suppliers to identify CLCA socio-economic benefits provisions to qualify for a Supply Arrangement.  Refer to Annex “D” - Beneficiary Involvement Report and Annex “E” - Socio-Economic Benefits Provisions.  
    
    1)  Any supplier, including Indigenous suppliers, wishing to submit an arrangement pursuant to the PSAB. For the purpose of the RFSA, this stream is titled “PSAB,” “PSAB Suppliers” or “PSAB stream.”  PSAB Suppliers must be able to provide the services either across Canada (nationally) or in at least one region of Canada. 
    
    i.  Requirements in the PSAB stream have two tiers with separate instructions:
    
    a)  For requirements estimated below $40,000.00 (applicable taxes included):
    
    The requirement is subject to the Government Contracts Regulations (GCRs).
    
    b)  For requirements estimated at $40,000.00 to $100,000.00 (applicable taxes included)::
    
    The requirement covered by the bid solicitation of any resulting supply arrangement will be subject to the set aside under the federal government Procurement Strategy for Aboriginal Business (PSAB).  
    * For more information on Indigenous business requirements of the Set-aside Program for Indigenous 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 AIT, AIT does not apply to this procurement.
    
    c)  For requirements estimated above the departmental contracting limit of $400,000.00 (applicable taxes included): 
    
    The requirement is outside the scope of the supply arrangements and the requirement must be administered separately by a PWGSC Contracting Authority.
    
    The proposed requirement is subject to Comprehensive Land Claims Agreement(s) (CLCAs).  One or more CLCAs may apply to the bid solicitation of any resulting supply arrangement, dependant on delivery location(s).  It is not mandatory for suppliers to identify CLCA socio-economic benefits provisions to qualify for a Supply Arrangement.
    
    Code of Conduct:
    "IMPORTANT NOTICE:  New measures related to Code of Conduct and certifications included in the solicitation documents requires attention."
    
    Inquiries are to be directed to:  Monnette Calixto, PWGSC Procurement Officer at Fax #204-983-0338 or by email to Monnette.Calixto@pwgsc-tpsgc.gc.ca
    
    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.
    
    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.

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    Calixto, Monnette
    Phone
    (204) 899-9768 ( )
    Email
    monnette.calixto@pwgsc-tpsgc.gc.ca
    Fax
    (204) 983-0338
    Address
    Northern Contaminated Site Program
    Canada Place/Place du Canada
    10th Floor/10e étage
    9700 Jasper Ave/9700 ave Jasper
    Edmonton, Alberta, T5J 4C3

    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
    000
    English
    228
    000
    French
    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Subsequent/Follow-on Contracts

    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: