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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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 StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_PWL.B003.E2425.EBSU001.PDF | 001 | EN | 8 | |
ABES.PROD.PW_PWL.B003.E2425.ATTA003.PDF | EN | 8 | ||
ABES.PROD.PW_PWL.B003.F2425.EBSU001.PDF | 001 | FR | 1 | |
ABES.PROD.PW_PWL.B003.E2425.ATTA002.PDF | EN | 21 | ||
ABES.PROD.PW_PWL.B003.E2425.ATTA001.PDF | EN | 36 | ||
ABES.PROD.PW_PWL.B003.E2425.EBSU000.PDF | 000 | EN | 42 | |
ABES.PROD.PW_PWL.B003.F2425.EBSU000.PDF | 000 | FR | 4 |
Access the Getting started page for details on how to bid, and more.