Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements:
There are no changes to the Notice of Proposed Procurement (NPP) ***************************************************************** ********************************************************
THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT
SECURITY REQUIREMENT
1.
The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer,
hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial
Security Directorate (CISD), Public Works and Government Services Canada (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, granted or approved by
CISD/PWGSC.
3.
Subcontracts which contain security requirements are NOT to be awarded without the prior written
permission of CISD/PWGSC.
4.
The Contractor/Offeror must comply with the provisions of the:
(a)
Security Requirements Check List and security guide (if applicable), attached at
Annex "C";
(b)
Industrial Security Manual (Latest Edition).
Security Requirement 1. Before award of a contract, the following conditions must be met: the Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting Contract Clauses;
The Bidder's proposed individuals requiring access to classified or protected information, assets, or sensitive work site(s) must meet the security requirement as indicated in Part 7 - Resulting Contract Clauses;
the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites.
2.
Bidders are reminded to obtain the required security clearance
promptly. Any delay in the award of a contract to allow the
successful bidder to obtain the required clearance will be at the
entire discretion of the Contracting Authority.
3. For additional information on security requirements, bidders should consult the "Security Requirements on PWGSC Bid Solicitation - Instructions for Bidders"
(http://www.pwgsc.gc.ca/
acquisitions/text/plain/plainpm-e.html#a31) document on the Departmental Standard Procurement Documents Website.
Requirement
To provide labour, transportation, equipment and materials required to maintain, supply and install interior plants, in accordance with the Statement of Work attached in Annex A.
Client Department
For Public Works and Government Services Canada (PWGSC) at various locations,For Public Works and Government Services Canada (PWGSC), at various locations, 1725 Woodward Avenue, 305 Rideau Street, 1600 Star Top Road, 2 Constellation Way, Ottawa, Ontario, Canada.
Period of contract
The period of any resulting Contract will be for a period of one (1) year (estimated commencement date
1 February 2013
to
31 January 2014), with Canada retaining an irrevocable option to extend the contract for a period of four (4) additional consecutive twelve (12) month periods.
The Contractor hereby grants to Canada four (4) irrevocable options to extend the term of the Contract each for an ADDITIONAL CONSECUTIVE TWELVE (12) MONTH PERIOD, under the same terms and conditions as contained in the Contract. It is to be noted that Canada is not obliged to exercise any of these four (4) options. The exercise of any option will be at Canada's sole discretion, by providing notification in writing to the Contractor prior to the Contract expiry date or the expiry date of an exercised option period
Mandatory Site Visit MANDATORY ITEM: Due to the nature of this requirement and in order to gain access to the sites the company Representative(s) must have a Security Clearance of Secret in order to attend the Mandatory Site Visit, as such, it is
MANDATORY that all interested bidders, submit the Names (legal name) and birth dates of their representatives that hold a Security Clearance of Secret that will be attending the Mandatory Site Visit to the Contracting Authority (Lynn Grogan) no later than
December 10, 2012.
It is the responsibility of the bidders to ensure that the Contracting Authority is in receipt of this information by the date shown.
Bidders who fail to submit the required information by December 10, 2012 will be denied access to the sites.
It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for site visit to be held on December 19, 2012 at
9:30 am, the site visit will begin in the lobby of 305 Rideau Street, Ottawa, Ontario, Canada. Bidders should communicate with the Contracting Authority no later than 5 day(s) before the scheduled visit to confirm attendance and provide the names of the person(s) who will attend.
Bidders will be required to sign an attendance form.
Bidders who do not attend or send a representative will not be given an alternative appointment and their bids will be rejected as non-compliant.
Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
A maximum of two (2) representatives per bidder will be permitted to examine the sites.
Evaluation Procedures Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.
Technical and Financial Evaluation - Mandatory requirements (1) Mandatory Site Visit attendance;
(2) Submission of the Mandatory Contractor's Experience & Past Performance in accordance with RFP Part 3, Section 1: Technical Bid;
(3) Submission of the Mandatory Full-time Supervisor(s) Expertise or Experience in accordance with RFP Part 3, Section 1: Technical Bid;
and
(4) Submission of Firm Unit Price in Canadian funds in accordance with Part 3, Section II: Financial Bid
Only proposals found to meet ALL the mandatory requirements will be deemed acceptable proposals and will be further evaluated in accordance with the evaluation criteria.
Proposals not meeting ALL of the mandatory requirements will be deemed non-responsive and will be given NO further consideration.
Basis of selection A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.
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.