Catering Services for Camp Vimy - Valcartier

Solicitation number W0106-17R283/A

Publication date

Closing date and time 2018/04/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / 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: 
    
    TITLE: Food services at Camp Vimy for the 2nd Division Training Centre in Valcartier
    
    Description:
    The Department of National Defence (DND) has a requirement for a food service in the DND facilities of the kitchen of the buildings of Camp Vimy CM3 (kitchen) and CM4 (dining room) Valcartier for the 2nd Canadian Division Training Centre in Valcartier, Quebec, Canada, in accordance with annex A - Statement of Work - Stipulations.  The contractor will provide food, as well as the personnel required to supervision, preparation and service of three (3) meals per day for breakfast, lunch and dinner, as well as energy supplements. The menus and standardized recipes are provided by DND.
    
    Period of the contract - Option periods:
    The period of the contract will be for a period of one year from the date of contract award to May 31, 2019, including four (4) irrevocable option periods of one year each.
    
    Periods of service:
    The period of service of the Camp Vimy is fragmented into two parts:
    1st part - Preliminary part of training of reservists Camp Vimy (Phase 1), which takes place from May 22 to July 1, 2018 inclusive.
    2nd Part - Main part of training of reservists Camp Vimy (Phase 2), which takes place from July 2, August 17, 2018 inclusive.
    
    Forecasts:
    Summer camp: 2nd Division Training Centre in Valcartier in buildings Camp Vimy CM3 and CM4:
    The number of meals planned for the summer camp 2018 is 33,850 breakfasts, 42,110 lunches and 34,295 dinners and 15, 000 energy supplements. For subsequent years, the same number of breakfasts, lunches, dinners and energy supplements has been estimated.
    
    LIST OF MANDATORY CRITERIA: 
    Criterion 1 - Qualification and experience of the bidder
    The bidder must have completed at least one (1) project involving the preparation and serving of daily meals for a minimum of 500 persons at each meal, for a minimum period of six (6) consecutive weeks, within the last five (5) years. PWGSC reserves the right to verify the information provided.
    
    Criterion 2 - Resident Manager (qualification and experience)
    The bidder must propose at least one resident manager who has the regulatory training recognized in the field of food, and one (1) year of experience as a manager residing in a kitchen institutional / commercial involving 500 services / per meal on a daily basis. OR
    Two (2) years of experience as a manager residing in a kitchen institutional / commercial Involving 500 services / per meal on a daily basis.
    
    Criterion 3 - Kitchen Supervisor (qualification and experience)
    The bidder must propose at least one kitchen supervisor who has the studies recognized by the Department of Education as a cook, and two (2) years of experience as a kitchen supervisor in a kitchen institutional / commercial involving 500 services / per meal on a daily basis. OR
    Three (3) years of experience as a kitchen supervisor in a kitchen institutional / commercial involving 500 services / per meal on a daily basis.
    
    Criterion 4 - Cook (qualification and experience)
    The Bidder must propose a minimum of three (3) cooks have the studies recognized by the Department of Education as a cook, and two (2) years of experience in a kitchen institutional / commercial involving 200 services   and more per meal on a daily basis. OR
    Three (3) years of experience as a cook in a kitchen institutional / commercial involving 200 services / per meal on a daily basis.
    
    Mandatory site visit and bidders' conference:
    A mandatory site visit is scheduled on April 11 2018, at 9:30 a.m., at the kitchen of Camp Vimy of the Department of National Defence, Valcartier, Quebec. The meeting point will take place at building CSEM-3, main entrance. Failure to attend will result in the rejection of the proposal. A conference optional bidders will follow the mandatory site visit.
    
    Security Requirements:
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    Trade agreements:
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    Languages:
    This Public Works and Government Services Canada office provides procurement services in both official languages 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.

    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)
    • 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
    Bernier, Odette
    Phone
    (418) 649-2813 ( )
    Email
    odette.bernier@tpsgc-pwgsc.gc.ca
    Fax
    (418) 648-2209
    Address
    601 - 1550 Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    English
    10
    001
    French
    10
    000
    English
    25
    000
    French
    28

    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 – Open Bidding
    Selection criteria
    Lowest 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: