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: 2022-01-26 00:00:00
Canada CanadaBuys

Biohazardous Waste Removal Services at the CFIA Ottawa Laboratory – Fallowfield (OLF) (B0278)

Process Number PW-22-00983481

Dates:


Publication date:

2022-01-26 00:00:00

Amendment date:

None

Date closing:

2022/02/23 12:00 Eastern Standard Time (EST)

Details:


Region of delivery:

National Capital Region

End user entity:

Canadian Food Inspection Agency

Procurement entity:

Canadian Food Inspection Agency

Region of opportunity:

National Capital Region

Tendering procedure:

Open

Reference number:

PW-22-00983481

Solicitation number:

B0278

Description:


Description:

Trade Agreements: 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: Biohazardous Waste Removal Services Reference # B0278 The Canadian Food Inspection Agency (CFIA) has a requirement of biohazardous waste removal services for the Ottawa Laboratory – Fallowfield (OLF), in accordance with the Statement of Work at Annex "A”. The initial contract shall be for a period of two (2) years, with three (3) one-year option periods at the sole discretion of the Agency. This requirement is located at the Canadian Food Inspection Agency, 3851 Fallowfield Rd., Ottawa, ON, K2H 8P9. 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 offer will render the offer non-responsive. 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. 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 Names (legal name) and birth dates of their representatives that will be attending the Mandatory Site Visit to the Contracting Authority e-mail at carol.trottier@inspection.gc.ca no later than February 2, 2022 at 12:00 p.m. (EST). It is recommended that two names for each attending contractor be submitted as substitutes will not be accepted. 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. Trade Agreements: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Security Requirements: There are security requirements associated with the requirement of the Contract. 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. Basis of Selection: An offer must comply with the requirements of the Request for Proposal to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a contract. Enquiries: All enquiries regarding this requirement must be submitted in writing to the Contracting Authority: Name : Carol Trottier E-mail : carol.trottier@inspection.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.

Contact information:


Contact name:

Trottier, Carol

Contact email:

carol.trottier@inspection.gc.ca

Contact phone:

613-291-2857

Contact address:

59 Camelot Drive Ottawa ON K1A 0Y9 CA

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added
b0278_-_demande_de_proposition_dp.pdf 000 French 2022-01-26
b0278_-_request_for_proposal.pdf 000 English 2022-01-26