This requirement is for: The Correctional Service of Canada, Beaver Creek Institution in Ontario.
Trade agreement: Canadian Free Trade Agreement (CFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama.
Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner).
Tendering procedures: All interested suppliers may submit a bid.
Competitive Procurement Strategy: lowest priced compliant bid.
Set-aside under the Procurement Strategy for Indigenous Business:
This procurement is open to both Indigenous and non-Indigenous businesses. All interested suppliers may participate. However, suppliers are to note that this requirement is subject to a preference for Indigenous suppliers and will be set-aside under the federal government Procurement Strategy for Indigenous Business (PSIB) if Canada receives two or more responsive bids from Indigenous businesses who meet the requirements of the PSIB.
Indigenous businesses that have not already registered in the Indigenous Services Canada (ISC) Indigenous Business Directory should do so. Additional information on the Indigenous Business Directory is available at the following link:
https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658#c3.
Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement.
Security Requirements: This contract does not include security requirements.
Nature of Requirements: The following is a summary of the statement of work for this requirement.
Objective
The Correctional Service Canada has a requirement for the provision of non-hazardous solid waste and recycling disposal services at Beaver creek Institution in Gravenhurst Ontario.
Background
Beaver Creek Institution houses approximately 700 male offenders and operates 24 hours a day, 7 days a week. In the course of its daily operations, the facility generates a significant volume of waste and recyclable material from various sources, including residential living units, kitchen, administrative offices and vocational workshops.
1. Scope of Work
a) The contractor must provide all equipment, tools, materials, vehicles, personnel and services to remove solid waste for disposal and recycling at Beaver Creek Institution; 2000 Beaver Creek Drive, Gravenhurst, Ontario.
b) The contractor must remove the solid waste and recycling from Beaver Creek and deliver it to facilities approved for the disposal and recycling. The contractor is responsible for any applicable fees related thereto.
c) The contractor must provide a ticket showing the date, waste type and weight of each pickup to the site authority.
d) The contractor must provide a monthly report detailing the weight and disposal method for all waste streams.
e) The contractor must provide and maintain four dedicated containers (as defined below) onsite at Beaver Creek Institution for the collection of solid waste and recycling.
f) The contractor must deliver the required containers to Beaver Creek Institution in the area designated by the site authority during the institution’s business hours of 7:00am to 3:00pm.
2. Solid Waste
a) The contractor must supply two eight cubic yard waste containers for non-hazardous solid waste.
b) The contractor must schedule and deliver these containers to the site upon contract award.
c) The contractor must empty the two eight cubic yard containers every Monday, Tuesday, Thursday, and Friday throughout the year. Pickups must take place between 13:00 and 14:30 hours with the exception of the following statutory holidays:
o New Years Day
o Canada Day
o Thanksgiving Monday
o Good Friday
o August Civic Holiday
o Remembrance Day
o Easter Monday
o Labor Day
o Christmas Day
o Victoria Day
o Truth & Reconciliation Day
o Boxing Day
3. Single Stream Comingled Recycling
a) The contractor must supply one eight cubic yard container for recyclable plastic, paper, boxboard, glass and metal waste.
b) The contractor must schedule and deliver this container to the site upon contract award.
c) The contractor must empty the container every second week.
d) The contractor must pick up the single stream and commingled recycling during the institution’s business hours of 07:30-14:30, Monday to Friday, with the exception of the statutory holidays listed above.
4. Cardboard Recycling
a) The Contractor must supply one forty cubic yard closed container for recyclable cardboard.
b) The contractor must schedule and deliver that container to the site upon contract award.
c) The contractor must empty the container every second week. CSC may request additional pick ups on an as required basis. The contractor must pickup the recycling within three business days of the date at which CSC requested an additional pick up.
d) The contractor must pick up the cardboard recycling during the institution’s business hours of 07:30-14:30, Monday to Friday, with the exception of the statutory holidays listed above.
5. Estimated Annual Usage
The following is the estimated annual weight of waste and number of lifts for this requirement. The inclusion of volumetric data in this document does not represent a commitment by Canada that Canada's future usage of the services described will be consistent with this data.:
a) Solid waste - two x 8 cubic yard bins, pickup schedule Monday, Tuesday, Thursday and Friday, plus any additional requested pick ups, approximate annual weight is 215 metric tonnes, with approximately 515 lifts per year.
b) Cardboard - one x 40 cubic yard bin, pickup schedule every second week, plus any additional requested pick ups, approximate annual weight is 5.3 metric tonnes, with approximately 34 lifts per year.
c) Comingled - one x 8 cubic yard bin, pickup schedule every second week, approximate annual weight is 30 metric tonnes, with approximately 25 lifts per year.
Any conditions for participation of suppliers not specified in solicitation documentation: none.
Estimated quantity of commodity: see solicitation document statement of work and basis of payment.
Duration of Contract and Time Frame for Delivery:
Period of the Contract: The Work is to be performed during the period of October 21, 2025 to October 20, 2028.
File Number: 21422-28-5113064
Contracting Authority: Emily Drysdale
Telephone number: 613-329-1827
E-mail: emily.drysdale@csc-scc.gc.ca
NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website.
The Crown reserves the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada (English or French).
After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.
Topics include:
? Understand the federal procurement process;
? Learn about searching for opportunities;
? Find out how to bid on opportunities;
? Discover how to prepare to sell to the government.
The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).