SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am (Eastern Time) 

Uninterruptible Power Systems (UPS) Repairs, Calibration &
Preventive Maintenance Services

Solicitation number W6837-200067/A

Publication date

Closing date and time 2019/10/21 17:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Eaton Industries (Canada) Company
    380 Carlingview Drive
    Toronto Ontario
    Canada
    M9W5X9
    Nature of Requirements: 
    
    Uninterruptible Power Systems (UPS) Repairs, Calibration &
    Preventive Maintenance Services
    
    THIS REQUIREMENT CONTAINS A SECURITY REQUIREMENT.
    
    1. An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    2. Definition of Requirement 
    
    The Department of National Defence has a requirement to provide REPAIRS, CALIBRATIONS AND PREVENTIVE MAINTENANCE SERVICES to Eaton UPS Exide Uninterruptible Power Systems (UPS) located at Canadian Forces Base 19 Wing Comox, Lazo, BC and Detachment Holberg, BC.
    
    3. The work will involve the following tasks:
    
    Battery Information and Testing, which may consist of battery impedance and/or battery tray load testing.
    
    Mechanical Checks, which may consist of air filters, fans, power/control connections, AC capacitors, DC capacitors and unit cleaning.
    
    Electrical and Functional Tests, various.
    
    Perform annual scheduled servicing and emergency repairs and maintenance to the specified UPS
    and to maintain any existing warranties.
    
    4. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements):
    
    Bidder must provide copies of current and valid training certificates for Powerware service technicians or authorized third-party service providers, complete with dates, specific classes passed and  documentation illustrating adherence to the qualification ; 
    
    Bidder must provide documentation illustrating authority by Powerware service technicians or  authorized third-party service providers to use Powerware's proprietary software diagnostic tools and remote monitoring technology.
    
    5. Security Requirement
    
    1) The Contractor/Offeror must, at all times during the performance of the Contract, hold a valid Facility Security Clearance at the level of SECRET, issued by the Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (PWGSC).
    
    2) The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, or RELIABILITY STATUS, as required, granted or approved by the CSP/ISS/PWGSC.
    
    3) Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP/ISS/PWGSC.
    
    4) The Contractor/Offeror must comply with the provisions of the:
    
    a. Security Requirements Check List and Supplemental Security Guide, attached hereto indicating multiple levels of personnel security screenings associated with this requirement;
    b. Industrial Security Manual (Latest Edition).
    
    6. Applicability of the trade agreements to the procurement
    
    This procurement is subject to the following trade agreement(s): 
    Agreement on Internal Trade.
    Canadian Free Trade Agreement (CFTA) 
    North American Free Trade Agreement (NAFTA)
    
    7. Justification for the Pre-Identified Supplier
    
    Eaton Powerware provides preventive and corrective maintenance services for Powerware UPS products through current Powerware technicians and authorized third-party service providers, that
    are factory certified by Powerware and receive on-going factory training from Powerware and the authority to use Powerware's proprietary software diagnostic tools and remote monitoring
    technology.  
    
    Only Powerware and its licensees are authorized to use Powerware's proprietary diagnostic software and remote monitoring technology.  Non-Powerware service organizations are not authorized to use Powerware's proprietary diagnostic software or its remote monitoring technology.
    
    8. Government Contracts Regulations Exception
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    9. Exclusions and/or Limited Tendering Reasons
    
    The following exclusions and/or limited tendering reasons are invoked under the (section of the trade agreement(s) specified):
    
    Agreement on Internal Trade (AIT)  Articles 506.12 (a) & (b).
    Canadian Free Trade Agreement (CFTA) 513.2 (2.ii or iii.).
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA) (Limited tendering reason b.ii).
    North American Free Trade Agreement (NAFTA)  Articles 1016.2 (b) & (d).
    World Trade Organization - Agreement of Government Procurement (WTO-AGP) XV.1 (b) & (d).
    
    10. Period of Contract 
    
    The proposed contract is for a period of 3 years from date of award, with an option to extend for 2 additional years.
    
    11. Cost estimate:
    
    The annual estimated value of the contract is up to $60,000.00 per year.
    
    12. Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of
    capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    13. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is October 21, 2019 at 02:00PM  PDST.
    
    14. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Christine Cress
    Supply Officer
    Public Works and Government Services Canada
    Acquisitions, Pacific Region
    401 - 1230 Government St
    Victoria, BC V8W 3X4
    Telephone: 250-514-9294
    Facsimile: 250-363-0395
    E-mail:  christine.cress@pwgsc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Cress, Christine
    Phone
    (250) 514-9294 ( )
    Email
    christine.cress@pwgsc-tpsgc.gc.ca
    Fax
    (250) 363-0395
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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: