Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements:
SUMMARY: To provide all inclusive comprehensive maintenance service, including all necessary tools,services, replacement or repair parts, materials, and labour on Overhead Doors, Dock Levelers and Scissor Lifts in accordance with the Statement of Work attached herein as Annex A. This requirement is for Public Works and Government Services Canada (PWGSC) located at:
• Confederation Building, 229 Wellington Street, Ottawa, ON • East Block, Parliament Hill, Ottawa, ON • L’Esplanade Laurier, 300 Laurier Avenue, Ottawa, ON • Supreme Court of Canada, 301 Wellington Avenue, Ottawa, ON • Valour Building, 151 Sparks Street, Ottawa, ON • The Temporary Loading Dock, Parliament Hill, Ottawa, ON.
The period of any resulting Contract will be for a period of five (5) years.
There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more
information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada
(http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement
(CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) and the Canadian Free Trade Agreement (CFTA).
There is a mandatory site visit associated with this requirement where personnel security screening is required prior to gaining access to PROTECTED information, assets or sites. Consult Part 2 Bidder
Instructions.
This bid solicitation allows bidders to use the CPC Connect service provided by Canada Post Corporation to transmit their bid electronically.
Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
MANDATORY SITE VISIT: Due to the nature of this requirement and in order to gain access to the site, it is MANDATORY that all interested bidders submit the Full Names (legal name), Security # (and Level), Date of Birth and security clearance expiry date of their representatives that will be attending the Mandatory Site Visit to the Contracting Authority email at Lynn.Grogan@tpsgc-pwgsc.gc.ca no later than September 22, 2022 at 1:00 pm EDT.
It is recommended that two names for each attending contractor be submitted as substitutes will not be accepted.
It is mandatory that the Bidder or a representative of the Bidder visit all six of the work sites. Arrangements have been made for the Site Visit to be held on September 29, 2022.
The site visit will begin at 8:30 am EDT, at the following:
• L’Esplanade Laurier (Laurier Avenue Entrance), 300 Laurier Avenue - 830 • Valour Building, 151 Sparks Street - ~930 (require access to enter the parking garage only) • East Block (from the Outside), Parliament Hill - ~1030 • East Block, Temp Loading Dock, Parliament Hill - ~1100 • Confederation Building, 229 Wellington Street - ~1300 • Supreme Court of Canada, 301 Wellington Avenue - ~1345
Personnel security screening is required prior to gaining authorized access to secure worksites.
The Bidder’s Company Security Officer (CSO) must ensure that their representatives hold a valid security clearance at the required level for the site visit. Failure to comply with the security requirements will result in the representative(s) being denied access to the site.
Bidders must communicate with the Contracting Authority (Lynn Grogan) no later than September 22, 2022 at 1:00 pm EDT to confirm attendance and provide the name(s) of the person(s) holding a valid security clearance at the required level who will attend.
2.6.1 Additional restrictions will include:
- must not have symptoms of COVID-19
- must respect physical distancing measures while on site.
The following mandatory health and safety protection is to be worn by all visitors:
- Work boots (Steel Toe) - Face masks due to COVID
To learn more about COVID-19, visit the Public Health Agency of Canada: https://www.canada.ca/en/public-health/services/diseases/coronavirus-disease-covid-19.html
Bidders
who do not comply will not be permitted to attend the site visit.
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.
ENQUIRIES: All enquiries regarding this requirement must be submitted in writing to the Contracting Authority:
Lynn Grogan E-mail address: lynn.grogan@pwgsc-tpsgc.gc.ca
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.