SAP Ariba system maintenance

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

  • Saturday, May 17 from 8:00 pm until 11:59 pm (EDT) 

Parry Sound, ON. Wasauksing Swing Bridge. Electrical, Mechanical and Structural Maintenance Services

Solicitation number EQ754-191612/A

Publication date

Closing date and time 2019/01/29 14:00 EST

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: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    EQ754-191612/A
    Dhanna, Sheila
    Telephone No.(416) 512-5855 
    Fax No.(416) 512-5862
    e-mail: sheila.dhanna@tpsgc-pwgsc.gc.ca
    
    Parry Sound, Ontario.  Wasauksing Swing Bridge.  Electrical, Mechanical and Structural Maintenance Services.
    
    Requirement
    Provide all necessary labour, tools, equipment, materials, safety devices, and supervision required to provide regular Electrical & Mechanical and Structural maintenance services such that the Wasauksing Swing Bridge will be safe, reliable, and meet operational requirements
    
    Project Scope of Work:  
     
    The Wasauksing Swing Bridge, located in Parry Sound, Ontario, is the only terrestrial link between the mainland, Parry Sound, and the Wasauksing First Nation Island. It consists of three separate structures; a central steel swing bridge and two timber approach spans. Work under this contract consists of mechanical, electrical and as needed structural works for the Wasuaksing Crossing. The required services for the bridge include and are not limited to: providing on-call failure and troubleshooting services during the navigational season, general housekeeping of work areas, maintenance of hydraulics and mechanical machinery of the bridge, electrical maintenance and repairs for electrical components, and minor structural repairs as needed. Work shall also include providing the required electrical, mechanical and hydraulic resources at the time of the annual navigational season start-up to ensure the swing bridge is functional and operational. Mechanical and electrical maintenance scope of work are listed but not limited to the items attached in Annex A and shall be performed according to the applicable manuals and standards. Maintenance items of the bridge shall also extend to providing structural services for the bridge as the need for them arise. The structural services required include: maintenance and repair work as needed for the structural components of the swing span and the two timber approach spans.
     
    
    Period of the Contract
    The period of the resulting contract will be for two (2) years with three (3) one (1) year options to extend each for an additional consecutive twelve (12) month period.
    
    MANDATORY SITE VISIT
    There will be a site visit on January 10, 2019 at 10:00 A.M.   Interested bidders are to meet at the control house, 146 Rose Point Rd, (Seguin) Parry Sound, Ontario.  
    The site visit for this project is MANDATORY.  The representative of the Bidder must sign the Site Visit Attendance Sheet at the site visit. Bids submitted by Bidders who have not signed the attendance sheet will be rejected.
    Safety Attire: In order to be guaranteed access to the site visit all persons should have the proper personal protection equipment (safety glasses, footwear, vests and hard hats etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site.
    Bidders are requested to register 24 hours prior to the site visit, with the Contracting Officer, 
    Sheila Dhanna at sheila.dhanna@tpsgc-pwgsc.gc.ca to confirm their attendance and provide the name(s) of the person(s) who will attend.
    A maximum of two (2) representatives per bidder will be permitted to examine the sites.  
    
    Evaluation Procedures: Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria. An evaluation team composed of representatives of Canada will evaluate the bids.
    
    Basis of selection: A bid must comply with all requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.
    Mandatory requirements:
    Submission of a Firm Price/Rate in Canadian funds for all the items listed in the RFP, Part 3, Section II, Financial Bid;
    
    IMPORTANT NOTICE TO BIDDERS
    IMPORTANT CHANGES TO GI01 "CODE OF CONDUCT AND CERTIFICATION OF - BID" R2710T, GENERAL INSTRUCTIONS TO BIDDERS (REFER TO SPECIAL INSTRUCTIONS TO BIDDERS SI02)
    Bidders should provide, with their bid or promptly thereafter, a complete list of names of all individuals who are currently directors of the Bidder.  If such a list has not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information.  Failure to provide such a list within the required time frame will render the bid non-responsive.  Bidders must always submit the list of directors before contract award. 
    Canada may, at any time, request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named in the aforementioned list within a specified delay.  Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive.
    A COMPLETE LIST OF EACH INDIVIDUAL WHO IS CURRENTLY ON THE BIDDER'S BOARD OF DIRECTORS. (SEE APPENDIX 2 OF THE "ITT" DOCUMENT)
    Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment 1 (ATT 1) contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure.    
    Standard Terms and Conditions for this procurement are incorporated by reference into and form part of the Tender and Contract Documents.  
    The standard Public Works and Government Services Canada documents may be viewed at
    https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual
    All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officers, Sheila Dhanna:  e-mail: sheila.dhanna@tpsgc-pwgsc.gc.ca or Telephone:(416) 512-5855, or Facsimile:  (416) 512-5862  
    Bid Receiving:   Sealed tenders will be received at Public Works and Government Services Canada, 4900 Yonge Street, Bid Receiving, 12th Floor, Toronto, Ontario M2N 6A6.
    
    
    
    Delivery Date: 12/12/2018
    
    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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Dhanna, Sheila
    Phone
    (416) 512-5855 ( )
    Email
    sheila.dhanna@pwgsc-tpsgc.gc.ca
    Fax
    (416) 512-5862
    Address
    Ontario Region, Tendering Office
    12th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    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
    001 EN 8
    EN 8
    001 FR 1
    EN 21
    EN 36
    000 EN 42
    000 FR 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

    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: