ARBORICULTURE SERVICES

Solicitation number AL1777

Publication date

Closing date and time 2019/01/28 15:00 EST

Last amendment date


    Description

    The National Capital Commission (NCC) is the owner of an extensive urban forest located in the National Capital Region (NCR). The NCC would like to retain the services of qualified arboricultural contractors to provide tree removal in the NCR region as per the following statement of work. Contractors can specify if they work in Ontario, Quebec or both provinces. It is not necessary to bid on all service categories. Bidders may bid on one (1) or several service categories.

    NCC - CCN : http://ncc-ccn.gc.ca/

    The following four (4) categories of services are required. For all categories 1 to 4, the 1st ranked contractor will have six (6) right of first refusal calls out of ten (10), while the 2nd ranked bidder will have three (3) right of first refusal calls out of ten (10), and, the 3rd ranked contractor will have one (1) right of first refusal call out of ten (10). If only two (2) contractors rank within a category, the 1st ranked contractor will have seven (7) right of first refusal calls out of ten (10), while the 2nd ranked bidder will have three (3) right of first refusal calls out of ten (10).

    Ranking of contractors is based on the lowest total bid amount for that particular category.

    On an exception basis, a stump removal quote (up to a maximum of 5% of the call-up purchase order value) may be requested to a tree removal contractor currently performing work on call-up purchase order. Stump removal work is not frequent or recurring enough to create its own category of SOA holders.

    CATEGORY 1 : TREE REMOVAL - HOURLY - ONTARIO SIDE OF THE NATIONAL CAPITAL REGION

    Crew 1

    Three (3) person crew fully equipped comprised of:

    • One (1) Class “A” Climber

    • One (1) Class “B” Climber

    • One (1) Ground Person

    As specified in Section B, 2.4.a. One of the above shall be appointed a working foreman.

    • One (1) chip truck 1 ¾ tonne or better with enclosed box (commercial 2.4 m (8 feet) box).

    • Chipper that can accommodate a 30 cm diameter wood

    Crew 1A (required on an as needed & requested basis only)

    2 person crew- traffic control with all necessary signage and tools

    CATEGORY 2 : TREE REMOVAL - HOURLY - ONTARIO SIDE OF THE NATIONAL CAPITAL REGION

    Crew 2

    Three (3) person crew fully equipped comprised of:

    • One (1) Class “A” Climber

    • One (1) Class “B” Climber

    • One (1) Ground Person

    As specified in Section B, 2.4.a. One of the above shall be appointed a working foreman.

    • One (1 ) truck with aerial device (minimum 17 m reach and 340 deg. rotation) and enclosed box (at least 10 cu.m. capacity) and

    • Chipper that can accommodate a 30 cm diameter wood

    Crew 2A (required on an as needed & requested basis only)

    2 person crew- traffic control with all necessary signage and tools

    CATEGORY 3 : TREE REMOVAL - HOURLY - QUEBEC SIDE OF THE NATIONAL CAPITAL REGION

    Crew 3

    Three (3) person crew fully equipped comprised of:

    • One (1) Class “A” Climber

    • One (1) Class “B” Climber

    • One (1) Ground Person

    As specified in Section B, 2.4.a. One of the above shall be appointed a working foreman.

    • One (1) chip truck 1 ¾ tonne or better with enclosed box (commercial 2.4 m (8 feet) box).

    • Chipper that can accommodate a 30 cm diameter wood

    Crew 3A (required on an as needed & requested basis only)

    2 person crew- traffic control with all necessary signage and tools

    CATEGORY 4 : TREE REMOVAL - HOURLY - QUEBEC SIDE OF THE NATIONAL CAPITAL REGION

    Crew 4

    Three (3) person crew fully equipped comprised of:

    • One (1) Class “A” Climber

    • One (1) Class “B” Climber

    • One (1) Ground Person

    As specified in Section B, 2.4.a. One of the above shall be appointed a working foreman.

    • One (1 )truck with aerial device (minimum 17 m reach and 340 deg. rotation) and enclosed box (at least 10 cu.m. capacity) and

    • Chipper that can accommodate a 30 cm diameter wood

    Crew 4A (required on an as needed & requested basis only)

    2 person crew- traffic control with all necessary signage and tools

    One method of supply used by the NCC to satisfy the requirements of identified internal users is to arrange a Standing Offer Agreement (SOA) to provide goods, services or both to the NCC during a specified period. The identified internal users to be served may then be a delegated purchasing authority and may access the source of supply directly, as and when requested, by issuing purchase orders detailing the exact quantities of goods or services they wish to order from the Offeror at a particular time during the effective period of the Offeror’s offer and in accordance with the predetermined conditions. This method of supply is particularly useful in acquiring frequently ordered commercially and non commercially available goods or services when the total volume or value of goods or level of services that may be required by one or more identified users can be estimated beforehand, but it is not possible at the outset to identify the exact requirements for any given user at a specific time in the future. The NCC foresees a potential need to retain the services of a contractor to provide ARBORICULTURE SERVICES, as more particularly stated herein and in the attached; you are hereby invited to provide to the NCC a Standing Offer. If you wish to submit an offer you are required to do so, on the enclosed forms and format. Please be advised that the quantity of goods and/or services and the estimated expenditure specified in the attached are only an approximation of requirements given in good faith. The making of a standing offer by the Offeror shall not constitute an agreement by the NCC to order any or all of the said goods and\or services. The NCC may make one or several purchase orders against a Standing Offer, each such purchase orders constituting an acceptance of said Standing Offer for the part of the said goods or services described in the purchase order. A request does not commit the NCC to authorize the utilization of a Standing Offer or to pay any cost incurred in the submission of offers, or cost incurred in making necessary studies for the preparation thereof, or to procure or contract for any goods or services. The NCC reserves the right to reject or authorize for utilization any offer in whole or in part, with or without further discussion or negotiation

    ADDRESS INQUIRIES TO: Questions and requests for clarification from bidders will be accepted until 12:00 EST on January 14, 2019. Throughout the bidding process, the NCC shall endeavour to provide responses to inquiries (by the issuance of addenda) deemed relevant by the NCC and received in writing by the Contracting Authority. Only information provided in addenda shall be considered to be an integral part of the RFSO and any resulting SOA. Your questions and requests for clarifications must be submitted in writing and addressed to Allan Lapensée at email allan.lapensee@ncc-ccn.ca .

    ESTIMATED SOA EXPENDITURE: The estimated expenditure for all of the Standing Offer Agreements combined is $ 4,000,000 CAD including taxes. As operational requirements become more defined, the NCC reserves the right to re-distribute SOA expenditure estimates +/- 20% of the aforementioned estimate from one category to another as long as the combined sum of all SOA categories still remains within $ 4,000,000.00

    BID DEADLINE: January 28, 2019 at 3:00:59 pm EST

    SUBMIT TO: National Capital Commission, Procurement Services, 40 Elgin Street, 2nd floor Security Office, Ottawa, Ontario K1P 1C7, Reference NCC tender file # AL1777, or, transmit to fax 613-239-5012

    There is no public opening scheduled.

    Evaluation of mandatory requirements, then, lowest totals per category.

    The procurement process of this RFSO is subject to trade agreements: Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Chapter 5 - Canadian Free Trade Agreement (CFTA), Chapter 19 - Comprehensive Economic and Trade Agreement (CETA), Chapter 10 - North American Free Trade Agreement (NAFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP) .

    The official Government Electronic Tendering Service website is http://buyandsell.gc.ca . Please ensure that you download your document from this site, in order to obtain all information related to the tender. It is your responsibility to ensure that you have received all the posted tender information to ensure tender compliance and not be disqualified.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    National Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    Canada
    Contracting authority
    Lapensée, Allan
    Email
    Allan.Lapensee@ncc-ccn.ca
    Address
    NCC - 40 Elgin Street, Suite 202
    Ottawa, ON, K1P 1C7
    CA

    Buying organization(s)

    Organization
    National Capital Commission
    Address
    40 Elgin Street
    Ottawa, Ontario, K1P 1C7
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    7
    French
    6
    000
    English
    35
    000
    French
    17

    Access the Getting started page for details on how to bid, and more.

    Summary information