Regional Waste Management Contract
This requirement is for: The Correctional Service of Canada.
Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
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 not subject to any set-asides for Indigenous Suppliers.
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.
The Correctional Service of Canada Pacific Region is composed of eight institutions, one community Correctional Centre and one regional supply depot located in the Fraser Valley of British Columbia. These 10 separate locations collectively generate an annual estimated amount of 773 metric tons of garbage, 332 metric tons of organic food waste, 109 metric tons of recyclable materials (excluding cardboard) and 72 metric tons of cardboard.
Objectives:
1. The Contractor must supply on a rental basis, all identified types, sizes and quantities of waste disposal containers including but not limited to front load bins, roll offs, compactors as shown in the basis of payment table Annex B for all three streams of waste at each location that the contractor must service during the period of the Contract.
2. The Contractor must identify and label all bins, containers, compactors in some way that clearly indicates which stream of waste each bin is to be utilized for in this contract.
3. All three waste streams’ disposal containers must be equipped to allow CSC to securely lock them closed with the use of industry standard size padlocks. CSC will supply all padlocks and keys. CSC will retain the keys.
4. The Contractor must remove from and dispose of all non-organic (garbage) waste, organic waste and mixed recycle streams collected from each institution and facility in accordance with the Environmental Management Act in the province of BC and all municipal, provincial and federal bylaws and regulations that may apply. The Contractor must take all waste streams for disposal to only authorized waste disposal facilities. The Contractor must adhere to all rules and procedures in effect at all disposal facilities.
5. For the purposes of this contract, “Clean Wood” is defined as solid wood, lumber or pallets:
- that do not contain any glues or resins i.e. plywood or OSB
- that are unpainted, unstained and untreated
- that may or may not be pierced with nails or other metal fasteners
- that are not laminate or furniture
6. All Organic compactors, bins and containers the Contractor supplies by on a rental basis must be sealed and or specifically designed for handling Organic food waste as per industry standards.
NOTE: The Chilliwack Community Correctional Centre is the only location that uses compostable bags in their organics waste stream. Contractor to supply compostable bags.
The Contractor must perform the following tasks;
1. The Contractor must provide scheduled and on call removal and disposal of three distinct streams of waste for the Correctional Service Canada as outlined herein. The Contractor must provide all labour, vehicles and trucks, fuel, maintenance and rental bins and containers all other supplies and equipment required to provide removal, transport and disposal of all non-organic (garbage), mixed recycles and organic waste when and where required as outlined for each Institution and location identified in Appendix A.
2. All the Contractor's drivers MUST adhere to security procedures as outlined at each institution, as a mandatory requirement for entry. The waste removal truck must undergo a security inspection upon every entry and exit from each institution.
3. CSC will lock the containers and bins at all Institutions with CSC supplied padlocks. Institutional staff will escort the Contractor’s waste removal trucks and unlock and re-lock the bins.
4. After emptying the containers and bins from inside the secure fenced areas and prior to exiting the institution, the waste removal truck must compact each load of waste (from each stream) while sitting inside the vehicle security well at the principal entrance.
5. All waste removal vehicles the Contractor uses in the execution of this contract must contain spill kits for hydraulic leaks and the Contractor must attend to and immediately clean up any such leaks.
6. The Contractor must maintain all rental compactors, front load bins, gallon containers and roll off containers in good condition. The Contractor must clean and paint exteriors and interiors when required. The Contractor must leave all work areas clean and tidy at the completion of every pick-up. The Contractor must remove all debris and waste materials from the site.
7. The Contractor must maintain and repair the supplied rental bins. The Contractor must exchange damaged bins in a timely fashion when notified by the institution or facility.
8. All institutions and facilities as detailed in Appendix A reserve the right to increase or decrease the number of lifts on an “as and when requested” basis.
9. CSC may require some emergency lifts in special circumstances, due to unforeseen circumstances such as institutional disturbances. Frequency of emergency lifts will be on a case-by-case basis. Institutions or sites will notify the Contractor of any cancellation of a regular scheduled lift or a required unscheduled emergency lift, a minimum 24-hours in advance on business days.
The institution or site and the Contractor will mutually agree on pick-up times for any special non-scheduled lifts.
10. When an institution has requested a lift for a call-up bin, the Contractor must respond back to that institution within 2 business days to schedule that specific lift as soon as reasonably practical to do so.
11. For those bins that are on a multiple lift schedule per week, the Contractor must lift those bins at regular intervals.
12. The Contractor must provide all institutions and facilities with a full list of items that will be accepted in mixed recycle stream bins and provide the necessary preparation steps for the institutions and facilities must follow for those recyclable items (including, but not limited to removing labels, flattening tins).
13. The Contractor must perform all other tasks required for the waste collection and disposal services described in this statement of work to adhere to Environmental Management Act in the Province of BC and all municipal, provincial and federal bylaws and regulations that may apply.
Deliverables:
1. The Contractor must provide for both scheduled lifts and unscheduled on-call lifts and appropriately dispose or recycle of all three distinct streams of waste for the Correctional Service Canada Pacific Region in accordance with the Environmental Management Act in the province of BC and all municipal, provincial and federal bylaws and regulations that may apply. The contractor must provide all labour, materials, equipment and trucks, fuel, maintenance, bin rentals and exchanges, transportation, lifts and disposal for all garbage, recyclables and organic streams of waste for all institutions and facilities. U
2. The Contract must maintain g the bins, organic containers, compactors in a reasonable state of sanitary cleanliness and functionality throughout the contract to always ensure smooth operation at all sites. The Contractor must work in conjunction with CSC to identify when waste containers require repairs, cleaning, painting, or any other maintenance. The Contractor must remove and replace any container that must undergo maintenance in a timely manner.
3. Weighing of Organic waste, Garbage and Recyclables at time of tipping
The Contractor must provide the weight information from each weigh slip taken at the time of tipping for each separate stream of waste that has been collected from each institution. The Contractor must provide this information every month by adding this weight information to each monthly invoice for each separate institution and facility.
Transition Plan
1. The Contractor must provide a transition plan for contract start-up, to the Departmental Authority, no less than 15 days prior to date the Contractor must begin providing waste collection and removal.
2. The transition plan must incorporate a detailed method to put in place all components required under the contract prior to this date.
3. The Contractor must not, at any time during the period of the contract the waste collection services.
4. The Contractor must remove from each facility their own waste collection equipment (including, but not limited to bins, compactors) at the end of the contract and cooperate fully in order to facilitate a smooth transition to the next waste disposal service provider.
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 1 2025 to September 30, 2028, with the option to renew for two (2) additional one-year periods.
File Number: 21807-25-0030
Contracting Authority: Katie McKeever
Telephone number: 236-380-2294
E-mail: Katie.McKeever@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).