Cadets Accommodations and Meals

Solicitation number W3935-15RH01/A

Publication date

Closing date and time 2015/11/17 13:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Cadets Accommodations and Meals
    
    W3935-15RH01/A
    Brewster, Shannon
    Telephone No. - (905) 615-2028
    Fax No. - (905) 615-2060
    E-mail - shannon.brewster@pwgsc.gc.ca
    
    The Department of National Defence, Regional Cadet Support Unit Central 
    
    (RCSU) (C) for the Cadet Support Movement in Ontario, has a requirement 
    
    for the provision of services, on an as and when requested basis, to provide transportation and acoommodations for their Staff and Cadets. 
    
    One of our mandates with respect to the Cadet Program is the safety, security, well being and the supervision of the Cadets during their transit to the Summer Training Centres. To this end, Central Region requires accommodations that are capable of supporting these needs as well as providing a reasonable level of safeguarding with respect to the coor
    dination, supervision and oversight of the Cadets, which range in age from 12 to 18 years.
    
    The Contractor must provide services, on an ‘as and when requested’ basis, that include the transportation of cadets and staff to and from Pearson International Airport (if applicable) and provide acco
    mmodations to cadets and staff, including meals, parking, security and meeting rooms, that are in accordance with the Statement of Work at Annex `À'.
    
    Acontract will be awarded to one Contractor.
    
    The contract period will be for 5 years from the date of contract 
    award.
    
    The bidder must demonstrat that they meet every mandatory evaluation criteria in their bid by submitting supporting documentation.  Failure to provide supporting documentation by bid closing date will result in the bid being deemed non-responsive.  
    
    Some of the mandatory evaluation criteria are listed below.  Please refer to the RFP, Attachment 4.1 - Bid Evaluation Criteria for the complete list of mandatory evaluation criteria.
    
    M1:
    The Bidder must demonstrate* that the proposed facility is within a 7.5 k
    ilometres radius from the Pearson International Airport (6301 Silver Dart Drive, Mississauga, Ontario, L5P 1B2).
    
    *Demonstrating proof includes a print of an internet search map to show 
    
    driving distance from proposed facility to the address provided above.
    
    M2:
    The Bidder must certify in the bid that the proposed facility is not adjacent and attached to an Adult entertainment establishment at the time of bid closing. Canada reserves the right to verify the bidder’s compliancy to the criterion at the site visit.
    
    M3:
    The Bidder must demonstrate* that the proposed facility meets the following requirements:
    
    i.  Must meet accessibility requirements for persons with disabilities including the facilities general amenities;
    
    ii.  Must have a group check-in area or group check-in process, to accommodate a minimum of 10 persons;
    
    iii.  Must have a centralmeeting area for cadets to gather while staff is checking-in;  
    
    iv.  Standard rooms must have a minimum of two double beds;
    
    v.  Must have a Conference Room, separate from the meeting room, that holds up to 120 persons;
    
    vi.  Must have a meeting room that holds up to 15 persons; and
    
    vii.  On-site restaurant and buffet eating area(s) must accommodate up to 72 persons.
    
    *Demonstrating proof could include a copy of the floor plan of the proposed facility or advertising brochure(s).
    
    A bid must comply with the requirements of the bid solicitation, meet all the mandatory technical evaluation criteria and obtain the required mi
    nimum of 34 points overall for the technical evaluation criteria which are subject to point rating, to be declaredresponsive. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
    
    The Bidder must submit pricing in accordance with Annex B - Basis of Payment, in Canadian Funds.
    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

    • Agreement on Internal Trade (AIT)
    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
    Brewster, Shannon
    Phone
    (905) 615-2028 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    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
    000
    English
    40
    000
    French
    6

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.