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:
LSC Electrical & Mechanical Maintainence Services
EQ754-210548/A Haynes, Jordan Telephone No. - (416) 434-7416 Email: jordan.haynes@pwgsc.gc.ca
Kingston, Ontario LaSalle Causeway Bridge Electrical & Mechanical Maintenance Project Number:
IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Ontario Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority.
Suppliers are required to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Ontario Region Bid Receiving Units generic address at TPSGC.orreceptiondessoumissions-orbidreceiving.PWGSC@tpsgc-pwgsc.gc.ca.
Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.gc.ca.
PROJECT SCOPE OF WORK:
The work under this contract is for electrical maintenance services, and heating, ventilation, and air conditioning (HVAC) maintenance services to be provided at the LaSalle Causeway Bascule Bridge in Kingston, Ontario. The bascule bridge if part of the LaSalle Causeway, which carries Highway 2 traffic across the Cataraqui River.
PERIOD OF THE CONTRACT
The period of the resulting contract will be for two (2) years.
PROJECT VALUE:
The estimated cost for this project is between $500,001 to $1,000,000 (HST extra).
THIS DOCUMENT CONTAINS AN INDUSTRIAL SECURITY REQUIREMENT
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 Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
OPTIONAL SITE VISIT
There will be a site visit on Wednesday, November 4, 2020 at 11:00AM. Interested bidders are to meet in the parking lot of the LaSalle Causeway Bascule Bridge.
Bidders should register with the Contracting Officer, Zobia Essa at Zobia.Essa@tpsgc-pwgsc.gc.ca, to confirm attendance and provide the name of the person who will attend by 11:00 am on Tuesday, November 3, 202.
Safety Attire: In order to be guaranteed access to the site visit all persons should have the proper personal protection equipment (face covering/non-medical mask, safety glasses, footwear, vests and hard hats etc.). Contractor`s personnel/individuals who do not have the proper safety attire may be denied access to the site.
Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
NOTE: As a result of the COVID-19 pandemic, the following precautions are mandatory during the site visit:
Wear a Non-medical masks/face covering at all times while outside of vehicle. Maintain 2m social distancing at all time. Observe proper hand hygiene while on site. Sanitize hands before entering the building and after exiting. Attendees should bring hand sanitizer. Attendance will be taken by Bidders announcing their name and Departmental Representative recording (no list passed around). Bidder self-screening and declaration that not ill is required at arrival. Avoid social greetings (e.g. shaking hands).
EVALUATION PROCEDURES
Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria. An evaluation team composed of representatives of Canada will evaluate the bids.
Basis of selection: A bid must comply with all 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.
Bidders must meet all the mandatory requirements specified in the tender document.
Failure to comply with any or all the mandatory requirements will render the bid non-compliant and no other consideration will be given to the bid.
TENDER DOCUMENTS
Firms intending to submit tenders on this project should obtain tender documents through the Government Electronic Tendering Service (GETS) on Buyandsell.gc.ca/tenders. Drawings and specifications are now published and available free of charge in PDF format only. Bidders should take note that attachments contain the full set of drawings and specifications, which consist of PDF files organized in an industry-standard directory structure. Addenda, when issued, will be available from GETS. Firms that elect to base their bids on tender documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid.
To obtain more information, particularly on how to be informed of any AMENDMENTS to this solicitation, visit Tenders Frequently Asked Questions on BuyandSell.gc.ca/Tenders, under the item Tender notifications and amendments.
All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officer: Jordan Haynes
E-mail: Jordan.Haynes@pwgsc.gc.ca
Telephone:
416-434-7416
Delivery Date: 28/10/2020
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.