Public tender

Solid Waste & Recycling - RHQ

This requirement is for: The Correctional Service of Canada, Kingston and Area. Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP). Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner). Competitive Procurement Strategy: lowest priced compliant bid. Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers. Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement. Security Requirements: This contract does not include security requirements. Nature of Requirements: The following is a summary of the statement of work for this requirement. The Correctional Service Canada (CSC) has a requirement for waste disposal of all non-hazardous solid waste and recyclable materials from federal institutional sites located in the Kingston area. Background: CSC operates its own internal waste management system and collects waste for delivery to a landfill or transfer disposal site daily during regular business hours. CSC utilizes a forty (40) cubic yard (nominal) front load/rear eject refuse truck. CSC compacts the waste prior to bringing it to the contractors’ facility for disposal and does not package it. Recyclable materials are transported by use of the same truck, consisting of cardboard, mixed fibres and comingled, these are not compacted. Objectives: The Contractor must provide a waste management disposal facility to receive and process CSC waste. Deliverables: The Contractor must: 1. Operate a fully licensed landfill or transfer facility, for waste management disposal in the Province of Ontario, within a 30 km radius from 1455 Bath Road, Kingston, ON. 2. Provide a disposal site for approximately 800 metric tonnes of waste, 15 metric tonnes of cardboard or mixed fibre, and 150 metric tonnes of comingled recyclables (cans and plastic) annually. The average drop-off weight is between 2 and 4 tonnes. 3. Offer access to the facility between the hours of 0700 to 1700 hours EST/EDT Monday to Friday (excluding Statutory Holidays). 4. Be capable of accepting the solid waste from a front load/rear eject refuse truck, compacted, and not packaged. Any conditions for participation of suppliers not specified in solicitation documentation: none. Estimated quantity of commodity: see solicitation document statement of work and basis of payment. Duration of Contract and Time Frame for Delivery: Period of the Contract: The Work is to be performed during the period of July 1st, 2026 to June 30th, 2029. File Number: 21401-30-5221069 Contracting Authority: Robin Riha Telephone number: 613-328-9727 E-mail: robin.riha@csc-scc.gc.ca NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website. The Crown reserves the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada (English or French). After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE. Topics include: ? Understand the federal procurement process; ? Learn about searching for opportunities; ? Find out how to bid on opportunities; ? Discover how to prepare to sell to the government. The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca). Notice type: Directed Contract Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Ukraine Free Trade Agreement (CUFTA) *Canadian Free Trade Agreement (CFTA) *Canada-UK Trade Continuity Agreement (Canada-UK TCA) *Canada-Honduras Free Trade Agreement *Canada-Korea Free Trade Agreement (CKFTA) *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *Canada-European Union Comprehensive Economic and Trade Agreement (CETA) *Canada-Chile Free Trade Agreement (CCFTA) *World Trade Organization Agreement on Government Procurement (WTO GPA) *North American Free Trade Agreement (NAFTA) *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Canada-Panama Free Trade Agreement Regions of delivery: *Kingston Contact: Robin Riha (robin.riha@csc-scc.gc.ca) (613) 238-9727

Source ID: CA-NOTICE-cb-347-7407786-000

OpenCanada

Scope overview

This requirement is for: The Correctional Service of Canada, Kingston and Area. Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP). Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner). Competitive Procurement Strategy: lowest priced compliant bid. Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers. Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement. Security Requirements: This contract does not include security requirements. Nature of Requirements: The following is a summary of the statement of work for this requirement. The Correctional Service Canada (CSC) has a requirement for waste disposal of all non-hazardous solid waste and recyclable materials from federal institutional sites located in the Kingston area. Background: CSC operates its own internal waste management system and collects waste for delivery to a landfill or transfer disposal site daily during regular business hours. CSC utilizes a forty (40) cubic yard (nominal) front load/rear eject refuse truck. CSC compacts the waste prior to bringing it to the contractors’ facility for disposal and does not package it. Recyclable materials are transported by use of the same truck, consisting of cardboard, mixed fibres and comingled, these are not compacted. Objectives: The Contractor must provide a waste management disposal facility to receive and process CSC waste. Deliverables: The Contractor must: 1. Operate a fully licensed landfill or transfer facility, for waste management disposal in the Province of Ontario, within a 30 km radius from 1455 Bath Road, Kingston, ON. 2. Provide a disposal site for approximately 800 metric tonnes of waste, 15 metric tonnes of cardboard or mixed fibre, and 150 metric tonnes of comingled recyclables (cans and plastic) annually. The average drop-off weight is between 2 and 4 tonnes. 3. Offer access to the facility between the hours of 0700 to 1700 hours EST/EDT Monday to Friday (excluding Statutory Holidays). 4. Be capable of accepting the solid waste from a front load/rear eject refuse truck, compacted, and not packaged. Any conditions for participation of suppliers not specified in solicitation documentation: none. Estimated quantity of commodity: see solicitation document statement of work and basis of payment. Duration of Contract and Time Frame for Delivery: Period of the Contract: The Work is to be performed during the period of July 1st, 2026 to June 30th, 2029. File Number: 21401-30-5221069 Contracting Authority: Robin Riha Telephone number: 613-328-9727 E-mail: robin.riha@csc-scc.gc.ca NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website. The Crown reserves the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada (English or French). After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE. Topics include: ? Understand the federal procurement process; ? Learn about searching for opportunities; ? Find out how to bid on opportunities; ? Discover how to prepare to sell to the government. The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca). Notice type: Directed Contract Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Ukraine Free Trade Agreement (CUFTA) *Canadian Free Trade Agreement (CFTA) *Canada-UK Trade Continuity Agreement (Canada-UK TCA) *Canada-Honduras Free Trade Agreement *Canada-Korea Free Trade Agreement (CKFTA) *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *Canada-European Union Comprehensive Economic and Trade Agreement (CETA) *Canada-Chile Free Trade Agreement (CCFTA) *World Trade Organization Agreement on Government Procurement (WTO GPA) *North American Free Trade Agreement (NAFTA) *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Canada-Panama Free Trade Agreement Regions of delivery: *Kingston Contact: Robin Riha (robin.riha@csc-scc.gc.ca) (613) 238-9727

Full description

This requirement is for: The Correctional Service of Canada, Kingston and Area. Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP). Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner). Competitive Procurement Strategy: lowest priced compliant bid. Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers. Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement. Security Requirements: This contract does not include security requirements. Nature of Requirements: The following is a summary of the statement of work for this requirement. The Correctional Service Canada (CSC) has a requirement for waste disposal of all non-hazardous solid waste and recyclable materials from federal institutional sites located in the Kingston area. Background: CSC operates its own internal waste management system and collects waste for delivery to a landfill or transfer disposal site daily during regular business hours. CSC utilizes a forty (40) cubic yard (nominal) front load/rear eject refuse truck. CSC compacts the waste prior to bringing it to the contractors’ facility for disposal and does not package it. Recyclable materials are transported by use of the same truck, consisting of cardboard, mixed fibres and comingled, these are not compacted. Objectives: The Contractor must provide a waste management disposal facility to receive and process CSC waste. Deliverables: The Contractor must: 1. Operate a fully licensed landfill or transfer facility, for waste management disposal in the Province of Ontario, within a 30 km radius from 1455 Bath Road, Kingston, ON. 2. Provide a disposal site for approximately 800 metric tonnes of waste, 15 metric tonnes of cardboard or mixed fibre, and 150 metric tonnes of comingled recyclables (cans and plastic) annually. The average drop-off weight is between 2 and 4 tonnes. 3. Offer access to the facility between the hours of 0700 to 1700 hours EST/EDT Monday to Friday (excluding Statutory Holidays). 4. Be capable of accepting the solid waste from a front load/rear eject refuse truck, compacted, and not packaged. Any conditions for participation of suppliers not specified in solicitation documentation: none. Estimated quantity of commodity: see solicitation document statement of work and basis of payment. Duration of Contract and Time Frame for Delivery: Period of the Contract: The Work is to be performed during the period of July 1st, 2026 to June 30th, 2029. File Number: 21401-30-5221069 Contracting Authority: Robin Riha Telephone number: 613-328-9727 E-mail: robin.riha@csc-scc.gc.ca NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website. The Crown reserves the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada (English or French). After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE. Topics include: ? Understand the federal procurement process; ? Learn about searching for opportunities; ? Find out how to bid on opportunities; ? Discover how to prepare to sell to the government. The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca). Notice type: Directed Contract Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Ukraine Free Trade Agreement (CUFTA) *Canadian Free Trade Agreement (CFTA) *Canada-UK Trade Continuity Agreement (Canada-UK TCA) *Canada-Honduras Free Trade Agreement *Canada-Korea Free Trade Agreement (CKFTA) *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *Canada-European Union Comprehensive Economic and Trade Agreement (CETA) *Canada-Chile Free Trade Agreement (CCFTA) *World Trade Organization Agreement on Government Procurement (WTO GPA) *North American Free Trade Agreement (NAFTA) *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Canada-Panama Free Trade Agreement Regions of delivery: *Kingston Contact: Robin Riha (robin.riha@csc-scc.gc.ca) (613) 238-9727

StatusOpen
CountryCanada
Publish dateDec 8, 2025
Submission deadlineJan 7, 2026
Estimated value
BuyerCorrectional Service of Canada (CSC)
CityKingston

Buyer & contacts

Contacts available
2 fields (name, email, phone, organization) are unlocked for subscribers.
Unlock details
Email
LockedSubscribe to view
Organization
LockedSubscribe to view

Documents

Documents available
1 file(s) ready to download for subscribers.
Unlock downloads
  • Supporting document 1

    Attachment

    Locked
Start your pilot

Unlock the full IndexBox Tenders workspace

Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.