Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-12-10 00:00:00
Canada CanadaBuys

Designated Substance and Hazardous Material Removal or Repair (EP914-212205/A)

Process Number PW-$$FK-305-80714

Dates:


Publication date:

2021-12-10 00:00:00

Amendment date:

None

Date closing:

2022/01/26 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

National Capital Region

End user entity:

Public Works and Government Services Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$$FK-305-80714

Solicitation number:

EP914-212205/A

Description:


Description:

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: Requirement Public Works and Government Services Canada (PWGSC) invites interested Offerors to respond to this Request for Standing Offer (RFSO) to provide rapid response services for anticipated designated substance and hazardous material (DSHM) removal or repair including Type 1, Type 2 (including glove bag) and Type 3 asbestos work operations; Type 1, Type 2, and Type 3A lead removal operations; and Level 1, Level 2 and Level 3 mould and bat and bird dropping removal as well as Type 1 and Type 2 silica work operations for various buildings in the National Capital Area (NCA), in accordance with the Statement of Work, Annex A. On rare occasions, other DSHMs may require remediation including but not limited to mercury in fluorescent light tubes, Foamglas insulation and others. To provide high quality project reports for the above-noted services and provided in a timely manner to PSPC for review and acceptance. Period The intent of this RFSO is to issue up to three (3) Regional Individual Standing Offers (RISO) valid for five (5) years. Security Requirements There are security requirements associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, offerors 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. This RFSO allows offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method. COVID-19 vaccination requirement This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive. 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.

Contact information:


Contact name:

Rosso, Francois

Contact email:

francois.rosso@tpsgc-pwgsc.gc.ca

Contact phone:

(613) 297-1315 ( )

Contact address:

L'Esplanade Laurier, East Tower 4th Floor L'Esplanade Laurier, Tour est 4e étage 140 O'Connor, Street Ottawa Ontario K1A 0R5

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW__FK.B305.E80714.EBSU000.PDF 000 English 2021-12-10
ABES.PROD.PW__FK.B305.F80714.EBSU000.PDF 000 French 2021-12-10