Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements:
SO - Canadian Forces Housing Maintenance services Shilo
This bid solicitation cancels and supersedes previous bid solicitation number W3721-21SL01/A dated 2019/12/20 with a closing of 2020/02/03 14:00 Eastern Standard Time (EST). A debriefing or feedback session will be provided upon request to bidders/offerors/suppliers who bid on the previous solicitation.
SHILO W3721-21SL01/B: SO Canadian Forces Housing Maintenance Services
OFFERORS ARE REQUESTED TO COMMUNICATE WITH THE STANDING OFFER AUTHORITY BY E-MAIL ONLY.
This is a solicitation to request Standing Offers (SO).
A SO is not a contract and does not commit PWGSC to procure or contract for any services.
Any resulting SO constitutes an Offer made by an Offeror for the provision of certain Services to Canada at prearranged prices or a prearranged pricing basis, under set terms and conditions, that is open for acceptance by Identified User on behalf of Canada during a specified period of time. A separate contract is formed each time a call-up for the provision of Services is made against a SO.
Canadas liability will be limited to the actual value of the call-ups made by the duly authorized Identified User within the period specified in the call-up.
Canada intends to put in place Standing Offers with the three highest ranking Offerors for the total estimated value of $7,000,000.00 Applicable Taxes excluded.
The Canadian Forces Housing Agency (CFHA) mandate is to manage Crown-controlled residential accommodation and to develop and implement plans to meet the future residential needs of members of the CF and generally improve their quality of life. The Canadian Forces Housing Agency (CFHA) requires a Contractor to provide a cost effective maintenance and minor improvement service for the Crown owned portfolio. The service aims to ensure the comfort, health and safety of its occupants. Additionally, from time to time, CFHA carries out minor or major improvements to its dwellings including alterations, replacements and upgrading programs.
The period of the Standing Offer shall be 2 years plus two (2) additional 1 year optional periods.
Optional Offerors' Conference
Offerors' teleconference will be held on December 10th
2020 at 11:00 am EST in English also on December 11 2020 at 1:00 pm EST in French, please confirm to only one of the 2 meetings. The scope
of the requirement outlined in the Request for Standing Offer will be reviewed during the conference and
questions will be answered. It is recommended that Offerors who intend to submit an offer connects to
this teleconference.
Offerors are requested to communicate with the Standing Offer Authority by e-mail before the conference to confirm attendance. Offerors should provide, in writing, to the Standing Offer Authority, the name(s) of
the person(s) who will be attending no later than December 9th
2020 at 10:00 am EST. When
confirmed, the Standing Offer Authority will provide you with a teleconference number.
Any clarifications or changes to the bid solicitation resulting from the Bidders' conference will be included as an amendment to the Request for Standing Offer. Offerors who do not attend will not be precluded from submitting an offer.
EVALUATION:
The Phased Bid Compliance Process applies to this requirement.
Technical Evaluation:
Mandatory Technical Criteria Refer to Attachment 1 to Part 4.
Financial Evaluation
The evaluated price of an offer will be determined in accordance with the Pricing Schedule detailed in Attachment 1 to Part 3. The evaluated price is the sum of all Percentage Offers.
Where a quoted hourly rate is found to be significantly lower or higher than the average quoted hourly rate for a given trade at a given location, PSPC reserves the right to negotiate the hourly rate with the Offeror prior to SO award. Once SO is awarded, the price shall remain firm for a period of the SO.
Basis of Selection
1. To be declared responsive, an offer must:
a. comply with all the requirements of the Request for
Standing Offers (RFSO); and
b. meet all mandatory technical evaluation criteria; and
c. obtain the required minimum of 3 points for each technical
evaluation criterion which is subject to point rating.
2. Offers not meeting (a) or (b) or (c) above will be declared non-responsive. The selection shall be based on the sum of the Percentage Offers for all the trades. The three (3) responsive offers with the lowest evaluated price will be recommended for issuance of a standing offer.
IMPORTANT NOTICE TO SUPPLIERS: APPENDICES OF ANNEX A CAN BE DOWNLOADED IN EXCEL & WORD FORMAT. SEE ATTACHMENTS BELOW.
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.