TECHNICAL ENGINEERING & MAINT. SERV

Solicitation number E60ZH-070002/G

Publication date

Closing date and time 2013/03/07 13:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    REQUEST FOR SUPPLY ARRANGEMENT (RFSA) FOR TECHNICAL ENGINEERING
    AND MAINTENANCE SERVICES (TEMS)
    
    This notice is being issued as the Perpetual Notice under the
    Technical Engineering and Maintenance Services (TEMS) Supply
    Arrangement (E60ZH-070002).  This Perpetual Notice invites
    additional suppliers to submit arrangements to become
    pre-qualified Suppliers under the TEMS Supply Arrangement
    (E60ZH-070002). This notice also permits existing pre-qualified
    Suppliers under the TEMS Supply Arrangement to submit new
    proposals for any Stream for which they are not already
    qualified.  
    
    A Supply Arrangement allows Canada to solicit proposals from a
    pool of pre-qualified suppliers.  A Supply Arrangement is not a
    contract for the provision of services and neither party is
    legally bound as a result of signing the supply arrangement
    document alone.  The intent of a supply arrangement is to
    establish a framework to permit the expeditious processing of
    individual solicitations which result in legally binding
    contracts for the services defined in individual solicitations
    that fall within the scope of the supply arrangement.
    
    This Supply Arrangement includes five (5) streams for the
    following services:
    
    1.	General Administration Services
    2.	General Engineering and Related Services
    3.	Telecommunication Services
    4.	Clothing / Textile Services
    5.	Technical Support Services
    
    All potential suppliers capable of meeting the requirements of
    this solicitation are invited to reply to this solicitation to
    provide the Services under the framework of resulting Supply
    Arrangements.  The detailed requirements include mandatory
    requirements.  Only proposals that satisfy all the mandatory
    requirements will be considered.
    
    Proposals will be assessed in accordance with the entire
    requirement of the Request for Supply Arrangement including the
    technical evaluation criteria specified in Annex "B" to Part I -
    Mandatory Evaluation Criteria.  Evaluation criteria differ for
    each stream.
    
    Resulting Supply Arrangements will be valid until February 21,
    2018 or valid until such time as Canada no longer deems it to be
    advantageous to do so.
    
    PWGSC may, at any time, conduct further Requests for Supply
    Arrangements for New Streams and/or New Categories. 
    Requirements for new streams will be subject to an open
    competition posted on the Government Electronic Tendering
    Services (GETS).
    
    The RFSA document contains all the requirements relating to this
    RFSA. Other information or documentation provided to or obtained
    by a supplier from any other source prior to the date of this
    solicitation have no force or effect in relation to this
    solicitation.  Make sure you read this entire document, as well
    as the documents incorporated by reference.  By submitting a
    proposal, suppliers are acknowledging that they agree to the
    process described in this RFSA.
    
    B efore issuance of a Supply Arrangement the Supplier must hold
    a valid Facility Security Clearance at the level of SECRET,
    issued by the Canadian Industrial Security Directorate (CISD) of
    Public Works and Government Services Canada (PWGSC);
    
    No existing pre-qualified supplier will be removed from the
    pre-qualified Supplier List as a result of the refresh.
    Pre-qualified Suppliers do not need to submit an arrangement in
    order to remain pre-qualified.
    
    
    Documents may be submitted in either official language of Canada
    
    JS Deslauriers
    RCN.AASTIE-NCR.TEMSSA@tpsgc-pwgsc.gc.ca
    Telephone No. - (819) 956-9160
    Fax No. - (819) 956-2675
    
    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)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Vinh Tieu
    Phone
    (819) 956-7848 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    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.

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)