Hamilton, Ontario. Burling Lift Bridge. Electrical & Mechanical Maintenance Service

Solicitation number EQ754-201083/A

Publication date

Closing date and time 2019/10/22 14:00 EDT


    Description
    Trade Agreement: 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: 
    
    EQ754-201083/A
    Dhanna, Sheila
    Telephone No. - (416) 315-9944 
    Fax No. - (416) 952-1257 
    e-mail: sheila.dhanna@pwgsc-tpsgc.gc.ca
    
    Hamilton, (Burlington) Ontario.  Burling Lift Bridge.   Electrical and  Mechanical Maintenance Services.  Project No.  P500087/50000436
    
    Requirement
    Provide all necessary labour, tools, equipment, materials, safety devices, and supervision required to provide regular maintenance services such that the Burlington Lift Bridge will be safe, reliable, and meet operational requirements
    
    Project Scope of Work:  
    This statement of work outlines electrical and mechanical maintenance services to be provided at the Burlington Canal Lift Bridge in Burlington, ON. The bridge and its operation are a critical part of both the channel marine traffic and the highway/pedestrian traffic that straddles the Burlington Canal. It is essential for marine and highway operations that the bridge is maintained in a safe, reliable condition with the bridge being continually available for operation and that any mechanical or electrical system failures or malfunctions receive immediate attention and elimination. 
    Maintenance and repairs are to be provided to extend the life of the mechanical and electrical systems and to prevent any unnecessary failures and costly repairs. The program shall prioritize preventative maintenance to replace worn and aging components before they actually fail. Maintenance efforts shall be based on the Bridge Inspection, Evaluation, and Maintenance Manual, published by AASHTO, and other reference documents provided by the owner, including maintenance manuals. The Contractor shall continuously review the bridge electrical and mechanical systems and modify maintenance practices, including lubrication or other maintenance intervals, to minimize wear and ensure reliable service. The Contractor shall perform all work in accordance with all applicable local and national rules and regulations. 
    Maintenance activities shall include periodic verification of the functionality of the power and control systems, the integrity of the electrical system installation, integrity of the mechanical systems, oil changes, lubrication, and equipment adjustments. In addition, inspections shall be performed to record equipment deterioration and assess the need for replacement or repair of worn or end of life parts and equipment before they cause system failure or affect bridge operating reliability. 
    Bridge electrical and mechanical system maintenance shall also include 24/7 on-call failure and troubleshooting services during the navigation season. Following notification of a bridge electrical or mechanical system failure by the Bridgemaster or representative, the Contractor shall respond and be at the bridge within one hour of the notification by email or phone call.
    
    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.
    
    OPTIONAL SITE VISIT
    There will be a site visit on October 01, 2019 at 10:00A.M.  It is strongly recommended that bidders attend this site visit.  Interested bidders are to meet at the site, Burlington Lift Bridge,  Control Building.  1157 Beach Blvd, Hamilton, ON  L8H 6Z9.
    
    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. harnesses 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@pwgsc-tpsgc.gc.ca to confirm their attendance and provide the name(s) of the person(s) who will attend.  
    
    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@pwgsc-tpsgc.gc.ca or
    Telephone:  (416) 315-9944, or Facsimile:  (416) 952-1257
    Bid Receiving:   Sealed tenders will be received at Public Works and Government Services Canada, 4900 Yonge Street, Bid Receiving, 10th Floor, Toronto, Ontario M2N 6A6.
    
    
    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)
    • North American Free Trade Agreement (NAFTA)

    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
    Dhanna, Sheila
    Phone
    (416) 315-9944 ( )
    Email
    sheila.dhanna@pwgsc-tpsgc.gc.ca
    Fax
    (416) 952-1257
    Address
    Ontario Region
    10th 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
    French
    14
    000
    French
    6
    French
    8
    English
    18
    English
    22
    English
    26
    English
    19
    000
    English
    39

    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: