GOVERNMENT ACCOMMODATION

Solicitation number EP076-151338/A

Publication date

Closing date and time 2014/12/02 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Université Saint-Paul/Saint Paul University
    223 Main Street
    Ottawa Ontario
    Canada
    K1S1C4
    Nature of Requirements: 
    IMPORTANT NOTICE TO SUPPLIERS
     
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders is the sole authoritative source for
    Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    Government Accommodation - EP076-151338/A
    
    Updates for this amendment are as follows:
    
    1.	Insert in article 3 - Criteria for Assessment of the
    Statement of Capabilities (Minimum 
    	Essential Requirements)
    
    c)	Official Languages
    
    Service Requirements:
    
    Communications with and services to CAF members shall be in both
    official languages. Services include but are not limited to the
    provision of food services (written and verbal communications
    such as menus, food allergy alerts and first line services), and
    to accommodation services (written and verbal communications
    such as health/safety alerts). Written communications include
    documentation addressed to CAF members such as information of
    general interest and signage. 
    
    Translation services will be borne and partnered by/with
    National Defence.
    
    
    ---------------------
    
    
    1.	Advance Contract Award Notice (ACAN)
    
    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 the Requirement
    
    To provide Government accommodation service in the National
    Capital Region.
    
    The Government of Canada has a requirement to provide
    accommodation service in the National Capital Region.
    Accommodation requirements are for upwards of 50 personnel.
    Additional related requirements include the provision of: food
    services; laundry facilities; parade practice area; bagpipes
    practice room; athletic facilities; locked storage;
    administrative facilities and parking facilities.
    
    The on-site services include, but are not limited to providing:
    
    a)	The services in the National Capital Region, within the
    following estimated time frames:
    
    Service time frames within the Contract Period:
    
    i)	March 2015 to May 2015 and August 2015 to November 2015;
    ii)	March 2016 to May 2016 and August 2016 to November 2016; and
    iii)	March 2017 to May 2017 and August 2017 to November 2017.
    Service time frames within the Option Periods:
    
    iv)	March 2018 to May 2018 and August 2018 to November 2018; 
    v)	March 2019 to May 2019 and August 2019 to November 2019; and
    vi)	March 2020 to May 2020 and August 2020 to November 2020.
    
    b)		Single, double, dormitory or barrack style rooms, for
    upwards of 50 personnel, furnished with: 
    		bed(s), desk(s), chair(s), smoke detector(s), and standard
    electrical outlets.
    
    c)	Dedicated on-site laundry facilities with a minimum of 3
    working washers and 3 working dryers.
    
    d)	Washrooms/shower facilities that are:
    		
    		i) 	either communal or in room; and
    		ii) 	with separate facilities for male and female personnel.	
    
    e)	Parade practice area(s) for conducting training and section
    drill, examples of acceptable areas 
    	included an indoor gymnasium and/or 20 meter x 50 meter outdoor
    hard surface area.
    
    f)	Dedicated music rehearsal room to allow for upwards of 5 band
    members to practice.
    
    g)	Dedicated military uniform maintenance room to be used for
    boot polish etc.
    
    h)	Dedicated specialized military storage room where the
    supplier must allow for customized 
    	security measures.
    
    i)	A social gathering facility (lounge area) that at a minimum
    would include: the capacity for 
    	upwards of 25 personnel; is furnished with TV, cable service,
    chairs, couches.
    
    j)	A kitchenette area with a capacity for a minimum of 10
    personnel and is furnished with 1 working 
    	refrigerator and 1 working microwave.
    
    k)	An administrative office with a capacity for a minimum of 2
    personnel that is furnished with:
    	2 desks, 2 desk chairs, Internet line per desk or Wi-Fi,
    telephone per desk.
    
    l)	Daily janitorial services for all common areas including
    offices, lounges, washrooms/shower 
    	facilities.
    
    m)	Parking for a maximum of 3 military support vehicles.
    
    n)	Parking for a minimum of 20 Government personnel vehicles.
    
    o)	Rations - Meals/Food Services, including:
    
    	i)	Providing on-site cafeteria or dining style accommodations 7
    days a week.
    	ii)	Providing daily breakfast, lunch and dinner meals that fall
    within the following time 
    		frames:
    
    		1)	breakfast 	0630 - 0800 hours;
    		2)	lunch		11:30 - 13:15 hours; and
    		3)	dinner		16:30 - 18:15 hours.
    
    	iii)	Ensuring the on-site cafeteria or dining style
    accommodations has the capacity to 
    		provide breakfast, lunch and dinner for upwards of 50
    personnel at the same time.
    	iv)	Providing all meal preparation, furniture, cutlery, dishes,
    and cleanup services.
    	v)	Ensuring that the standards for all meals, including Box
    Meals, meet or exceed 
    		Canadian Forces specifications for food services with a
    minimum of one healthy 
    		choice per meal offered.
    	vi)	Ensuring meal charges are controlled and tracked on an
    individual, per meal basis.
    	vii)	Ensuring detailed usage reports are available upon request
    for verification prior to 
    		payment.
    	viii)	Ensuring personnel have on a daily basis the option of
    either a sit-down or Box Meal.
    	ix)	Providing the box (or other portable container) for the Box
    Meal.
    
    
    3.	Criteria for Assessment of the Statement of Capabilities
    (Minimum Essential 
    	Requirements)
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements:
    
    a)	Has acquired a minimum of 5 years experience, in the past 7
    years from the ACAN closing date, 
    	providing similar scope of services as defined above in article
    2 - Definition of the Requirement.
    
    b)	Can provide an account representative that is responsible for
    overseeing the management of 
    	the required services. This resource should have greater than
    or equal to 5 years of experience, 
    	in the past 10 years from the ACAN closing date, managing
    projects of similar scope as defined 
    	above in article 2 - Definition of the Requirement.
    
    4.	Applicability of the Trade Agreement(s) to the Procurement
    
    This procurement is subject to the following trade agreement(s):
    
    a)	Agreement on Internal Trade (AIT).
    
    
    5.	Justification for the Pre-Identified Supplier
    
    Suppliers that can meet similarly defined requirements are
    typically post secondary institutions that are able to utilize
    their residences and related food services etc. during the end
    of school season e.g. May to August time frame. However, the
    time frames for this requirement are March to May and August to
    November, requiring services both within the school year and
    during the end of school season. The pre-identified supplier can
    provide the services during the required time frames.
    
    The services are required in the National Capital Region of
    which the supplier will have to provide the accommodation, all
    specified services, and within the required time frames. In
    addition the pre-identified supplier can provide the required
    parade practice area.
    
    
    6.	Government Contracts Regulations Exception(s)
    
    Due to the uniqueness and required time frames of this
    requirement the following exception(s) to the Government
    Contracts Regulations is invoked for this procurement: under
    subsection 6(c) - the nature of the work is such that it would
    not be in the Public interest to solicit bids.
    
    
    7.	Exclusions and/or Limited Tendering Reasons
    
    The following limited tendering reasons are invoked:
    
    a)	Limited Tendering
    
    Agreement on Internal Trade (AIT) - Article 506, para 12b)
    
    
    8.	Period of the Proposed Contract or Delivery Date
    
    The proposed contract is for a period of 3 years, from an
    estimated start date of March, 2015 to November, 2018. There is
    an option period of three - one year periods.
    
    
    9.	Cost Estimate of the Proposed Contract
    
    The estimated value of the contract in Canadian funds, including
    option(s), is:
    
    $2,500,000.00 to $3,000,000.00 excluding GST/HST.
    
    
    10.	Name and Address of the Pre-Identified Supplier
    
    Saint Paul University 
    223 Main Street 
    Ottawa, Ontario
    Canada
    
    11.	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.
    
    
    12.	Closing Date for a Submission of a Statement of Capabilities
    
    The closing date and time for accepting statements of
    capabilities is:
    
    December 02, 2014 at 2:00 p.m. EST.
    
    
    13.	Inquiries and Submission of Statements of Capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    John Hickey
    Team Leader
    Public Works and Government Services Canada
    Acquisitions Branch
    Special Procurement Initiatives Directorate
    Place du Portage
    Phase III, 10C1
    11, rue Laurier, Gatineau (Quebec)
    K1A 0S5
    
    Telephone: 	819-956-5135
    Facsimile: 	819-956-2675
    E-mail address: john.hickey@tpsgc-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

    • Agreement on Internal Trade (AIT)

    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
    Hickey, John
    Phone
    (819) 956-5135 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage/, Phase III
    Floor 10C1/Étage 10C1
    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

    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

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: