SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Sunday, June 9 from 7:00 pm until 11:00 pm (Eastern Time) 

Simultaneous Interpretation services

Solicitation number 20230326

Publication date

Closing date and time 2023/07/04 14:00 EDT

Last amendment date


    Description

    Title: Professional Services for Simultaneous Interpretation

    1. Advance Contract Award Notice (ACAN)

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2. Definition of the requirement

    The Office of the Superintendent of Financial Institutions Canada (OSFI) has a requirement for the provision of professional services for Simultaneous Interpretation services for virtual meetings and events. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to America Interpretation Inc. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period.

    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.

    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    • Ability to provide interpretation services on a regular basis based on OSFI’s business requirements
    • Provide simultaneous interpretation in French-to-English and English-to-French via Zoom other acceptable platforms
    • Provide simultaneous interpretation for concurrent meetings/events
    • Ability to provide short notice interpretation services within 3 days turn-around time
    • Ability to conduct large* volume of simultaneous interpretations per month.

    *Large volume is defined as minimum of 10 interpretation per month.

    4. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s)
    • Canadian Free Trade Agreement (CFTA)
    • Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    5. Justification for the Pre-Selected Supplier

    The pre-selected supplier (America Interpretation Inc.) has demonstrated the ability to provide OSFI the requirement of interpretation services as outlined in the criteria above in section 3, and no other identified suppliers has demonstrated that they can provide the services required.

    6. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".

    7. Ownership of Intellectual Property

    Not applicable

    8. Period of the proposed contract or delivery date

    The proposed contract is for a period of one (1) year from September 1, 2023 to August 30, 2024 with four (4) options to extend the contract for up to a period of one (1) year each.

    9. Cost estimate of the proposed contract

    The estimated value of the contract, including 4 option periods, is $1,000,000 CAD (HST extra).

    10. Name and address of the pre-identified supplier

    America Interpretation Inc.
    2751 Boul. Liégeois,
    Québec, QC G1W 2A2

    11. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    12. Closing date for a submission of a statement of capabilities

    The closing date and time for acceptance of Statements of Capabilities is July 4, 2023, at 2:00 p.m. (EST).

    13. Inquiries and submission of statements of capabilities

    Inquiries and statements of capabilities are to be directed to:

    France Emond
    Senior Contracting Officer
    e-mail: contracting@osfi-bsif.gc.ca
    255 Albert St. 12th floor
    Ottawa, Ontario K1A 0H2

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2023/09/01.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • No response to bid solicitation

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    OSFI
    Address

    255 Albert Street

    Ottawa, ON, K1A 0H2
    Canada
    Contracting authority
    France Emond
    Phone
    (613) 795-7518
    Email
    contracting@osfi-bsif.gc.ca
    Fax
    Not applicable
    Address

    255 Albert Street

    Ottawa, ON, K1A 0H2
    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
    002
    English
    3
    001
    French
    1
    This document was removed on 2023/06/20.
    This document was removed on 2023/06/20.

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

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Remote Offsite
    Region of opportunity
    Remote Offsite
    Contract duration
    12 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: