Canada - Electronic Security Maintenance (21120-196032/A)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 28 January 2020
- Opportunity publication date
- 19 December 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
Tendering Procedures: All interested suppliers may submit a bid
Competitive Procurement Strategy: Best Overall Proposal
Comprehensive Land Claim Agreement: No
Nature of Requirements:
NOTICE OF PROPOSED PROCUREMENT
ELECTRONIC SECURITY MAINTENANCE
21120-196032
IMPORTANT NOTICE TO BIDDERS:
A fairness monitor has been engaged to support the procurement process, and will provide written reports to the Departmental Oversight Branch (DOB), in accordance with the statement of work included in the fairness monitor's contract, attesting to the fairness of the procurement process. - A fairness monitor has been engaged to support the procurement process, and will provide written reports to the Departmental Oversight Branch (DOB), in accordance with the statement of work included in the fairness monitor's contract, attesting to the fairness of the procurement process.
Requirement
Public Works and Government Services Canada (PWGSC) is soliciting proposals from Bidders to provide managerial and technical services to provide an effective national maintenance program for the electronic security systems and associated equipment owned by Correctional Service Canada (CSC) at 43 correctional institutions (including 4 healing lodges) across Canada. CSC also requires an option to add maintenance service for up to 14 community correctional centres (CCC), regional headquarters and the national training academy. The maintenance program will include routine and preventative maintenance and modifications, first and second line corrective maintenance at CSC institutions and third line repair at the Original Equipment Manufacturers (OEM) facilities.
A typical institution has the following:
A fence detection system, motion detection system, closed circuit television system and a public address system to cover the perimeter;
A radio communications network, personal portable alarm (PPA) devices for security personnel, PPA locating system, fixed point alarm system for offices, a facility annunciations alarm system, and an integration unit which displays and controls all of these systems from one console by one staff member;
Other electronic security systems consist of: Inmate cell call system, internal CCTV for visiting areas, corridors, special handling units, gymnasium and yards;
Internal radio communications network, public address, intercommunication system, X-ray baggage equipment, ion scanners, walk through metal detector and hand held metal detectors.
A minimum of 66 technical resources will be required to fulfill this requirement.
Services must be in accordance with the Statement of Work attached herein as Annex A.
Period of Contract
The period of any resulting contract will be for a period of one (1) year with Canada retaining an irrevocable option to extend the contract for a period of two (2) additional one (1) year periods.
Mandatory Site Visit
It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at Collins Bay Institution located at 1455 Bath Road, Kingston, Ontario K7L 4V9 on January 9th 2020. The site visit will begin at 10:00 EST.
The onus is on the bidder to arrive to the site visit in a timely manner. Bidders arriving late will not be permitted to attend the site visit.
Valid government issued photo identification must be provided on the day of the visit for each person attending the site visit.
Bidders must communicate with the Contracting Authority no later than January 6th 2020 at 2pm EST to confirm attendance and provide the name(s) of the person(s) who will attend.
Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.
No photos or phones will be allowed during the site visit.
Attendees to the mandatory site visit at CSC sites should be aware that they may be faced with delays or refusal of entry to certain areas at certain times even if prior arrangements for access may have been made due to lockdowns or closure of the facility.
Security Requirement
1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
2. The Contractor/Offeror personnel requiring access to PROTECTED A, PROTECTED B information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
3. The Contractor/Offeror MUST NOT remove any PROTECTED A, PROTECTED B information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
5. The Contractor/Offeror must comply with the provisions of the:
a) Security Requirements Check List and security guide (if applicable), attached at Annex C;
b) Industrial Security Manual (Latest Edition).
Phased Bid Compliance
(a) Canada is conducting the PBCP described below for this requirement.
(b) Notwithstanding any review by Canada at Phase I or II of the PBCP, Bidders are and will remain solely responsible for the accuracy, consistency and completeness of their Bids and Canada does not undertake, by reason of this review, any obligations or responsibility for identifying any or all errors or omissions in Bids or in responses by a Bidder to any communication from Canada.
THE BIDDER ACKNOWLEDGES THAT THE REVIEWS IN PHASE I AND II OF THIS PBCP ARE PRELIMINARY AND DO NOT PRECLUDE A FINDING IN PHASE III THAT THE BID IS NON-RESPONSIVE, EVEN FOR MANDATORY
REQUIREMENTS WHICH WERE SUBJECT TO REVIEW IN PHASE I OR II AND NOTWITHSTANDING THAT THE BID HAD BEEN FOUND RESPONSIVE IN SUCH EARLIER PHASE. CANADA MAY DEEM A BID TO BE NON-RESPONSIVE TO A MANDATORY REQUIREMENT AT ANY PHASE.
THE BIDDER ALSO ACKNOWLEDGES THAT ITS RESPONSE TO A NOTICE OR A COMPLIANCE ASSESSMENT REPORT (CAR) (EACH DEFINED BELOW) IN PHASE I OR II MAY NOT BE SUCCESSFUL IN RENDERING ITS BID RESPONSIVE TO THE MANDATORY REQUIREMENTS THAT ARE THE SUBJECT OF THE NOTICE OR CAR, AND MAY RENDER ITS BID NON-RESPONSIVE TO OTHER MANDATORY REQUIREMENTS.
(c) Canada may, in its discretion, request and accept at any time from a Bidder and consider as part of the Bid, any information to correct errors or deficiencies in the Bid that are clerical or administrative, such as, without limitation, failure to sign the Bid or any part or to checkmark a box in a form, or other failure of format or form or failure to acknowledge; failure to provide a procurement business number or contact information such as names, addresses and telephone numbers; inadvertent errors in numbers or calculations that do not change the amount the Bidder has specified as the price or of any component thereof that is subject to evaluation. This shall not limit Canadas right to request or accept any information after the bid solicitation closing in circumstances where the bid solicitation expressly provides for this right. The Bidder will have the time period specified in writing by Canada to provide the necessary documentation. Failure to meet this deadline will result in the Bid being declared non-responsive.
(d) The PBCP does not limit Canadas rights under Standard Acquisition Clauses and Conditions (SACC) 2003 (2018-05-22) Standard Instructions Goods or Services Competitive Requirements nor Canadas right to request or accept any information during the solicitation period or after bid solicitation closing in circumstances where the bid solicitation expressly provides for this right, or in the circumstances described in subsection (c).
(e) Canada will send any Notice or CAR by any method Canada chooses, in its absolute discretion. The Bidder must submit its response by the method stipulated in the Notice or CAR. Responses are deemed to be received by Canada at the date and time they are delivered to Canada by the method and at the address specified in the Notice or CAR. An email response permitted by the Notice or CAR is deemed received by Canada on the date and time it is received in Canadas email inbox at Canadas email address specified in the Notice or CAR. A Notice or CAR sent by Canada to the Bidder at any address provided by the Bidder in or pursuant to the Bid is deemed received by the Bidder on the date it is sent by Canada. Canada is not responsible for late receipt by Canada of a response, however caused.
Basis of Selection
Highest Combined Rating of Technical Merit 70% and Price 30%
1. To be declared responsive, a bid must:
a. comply with all the requirements of the bid solicitation; and
b. meet all mandatory criteria; and
c. obtain the required minimum of one hundred (100) points overall for the technical evaluation criteria which are subject to point rating.
The rating is performed on a scale of three hundred (300) points.
2. Bids not meeting "(a) or (b) or (c)" will be declared non-responsive.
3. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price.
4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70%.
5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%.
6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.
7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
Enquiries
All enquiries regarding this requirement must be submitted in writing to the Contracting Authority:
Philip Cowell
E-mail philip.cowell@tpsgc-pwgsc.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.
- Opportunity closing date
- 28 January 2020
- Value of contract
- to be confirmed
About the buyer
- Address
- Correctional Service of Canada Canada
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.