SAP Ariba system maintenance

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

  • Saturday, September 28 from 8:00 pm until September 29 12:00am (EDT) 

Tax and Benefits Programs Envelopes

Solicitation number 1000320633

Publication date

Closing date and time 2014/12/19 14:00 EST

Last amendment date


    Description
    DESCRIPTION OF REQUIREMENT
    
    THIS REQUIREMENT CONTAINS SECURITY REQUIREMENTS.
    
    Bidders must hold an approved facility clearance for Document Safeguarding at the Protected B level prior to contract award.  
    
    OVERVIEW
    
    The Canada Revenue Agency (CRA) wishes to establish a strategic collaborative arrangement to produce the CRA’s Tax and Benefits Program Envelopes requirements, in an efficient manner through the application of industry best practices.  
    
    The Contractor will be responsible for meeting CRA’s requirements on an “as and when requested” basis, and to ensure timely, accurate service delivery.
    
    It is estimated that 163 different Tax and Benefits Program envelopes are printed by the CRA on an annual basis.  The end user of the printed material may be internal or external to the CRA.  As such, envelopes may be required in either one or both of Canada’s Official Languages (French and English). 
    
    The resulting contract will include a minimum guarantee of $500,000.00 (applicable taxes included), for the period of the contract, including options. 
    
    Approximate Annual Quantities:
    The table below provides estimated quantities for the first contract year only.  The CRA anticipates its annual print quantities may vary from historical trends during the contract period, including any exercised option period.
    
    Type	   No. of TAs issued	Quantity	         Print job range (Qty)
    Envelopes	50	          135,000,000	500 to 4,500,000
    
    Sustainable Development
    It is the Agency’s objective to promote sustainable development initiatives by purchasing environmentally preferable products, where possible, as well as encouraging vendors to use best practices in packaging and delivery to reduce environmental impacts.
    
    The Contractor is required to assist the CRA with achieving these objectives and is responsible for the following:
    All paper products must contain a minimum of 30% PCW, or contain virgin fiber originating from a sustainably-managed forest certified to a third-party verified forest certification standard such as or equivalent to the Canadian Standards Association Sustainable Forest Management Standard (CSA/SFMS), the Forestry Stewardship Council (FSC) or the Sustainable Forestry Initiative (SFI). Canada reserves the right to request proof of such qualifications, at its sole discretion, throughout the life of the Contract. All designated stocks are listed in the tables of the Basis of Payment.
    Products that are equivalent in certification to the certifications specified will be considered where the Contractor:
    • designates the certification(s) name of the product;
    • states that the substitute certification is fully interchangeable with one of the certifications specified in the offer;
    • provides complete specifications and descriptive literature for each substitute certification; 
    • provides compliance statements that include technical specifics showing the substitute certification meets all mandatory performance criteria that are specified in one of the certifications specified in the offer; and
    • clearly identifies those areas in the specifications and descriptive literature that support the substitute product's compliance with any mandatory performance criteria.
    
    Certification(s) offered as equivalent in form, fit, function and quality will not be considered if:
    
    • the offer fails to provide all the information requested to allow the Contracting Authority to fully evaluate the equivalency of each substitute certification; or
    • the substitute certification fails to meet or exceed the mandatory performance criteria of one of the specified certifications identified in the offer.
    
    The CRA may, but will have no obligation to, request the Contractor demonstrate, that the substitute certification is equivalent to the certifications specified herein. The cost to demonstrate the equivalency shall be borne by the Contractor.
    
    All paper products must be manufactured such that if a whitening process is used, the fibre must not have been whitened with elemental chlorine.
    
    Environmental Criteria for Printing Inks:
    In order to reduce the environmental impact of its print publishing activities, the Canada Revenue Agency chooses to use inks that are considered environmentally friendly, containing vegetable oil-based materials. The printing inks used for requirements under the resulting Contract should adhere to the following criteria for % of vegetable oils as well as the % of VOC within the ingredients composing the ink.
    
    Volatile Organic Compounds (VOC) Criteria:
    The common VOC in a conventional lithographic printing ink is high-boiling aliphatic petroleum distillate. This distillate is used to dissolve the resins that will eventually bind to the substrate during printing. The amount of ink VOC that is released to the atmosphere depends on the process; heatset inks release 80% of their VOCs while sheetfed inks release only 5%.VOC in an environmentally friendlier ink would be below 18 wt% for sheetfed inks, below 30% for sheetfed varnishes, and below 40 wt% for heatset inks and heatset overprint varnishes.
    
    Vegetable Oil Criteria:
    Vegetable oils are renewable resources and can include Linseed Oil, Soya Oil, Chinawood Oil and similar plant oils or combinations of them.  In conventional lithographic printing inks (heatset and sheetfed) these oils and their derivatives can be used as is, or modified to provide the appropriate press and finished product properties.  The Vegetable oil-based materials in an environmentally friendlier ink would be above 25 wt% for sheetfed inks and overprint varnishes, and above 10 wt% for heatset inks and overprint varnishes.
    
    Price Escalation/De-escalation
    
    Prices for the second and third year of the initial contract period and optional periods of service, if exercised at CRA's discretion, will be adjusted (i.e. either increased or decreased) in accordance with the following, as published by Statistics Canada.
    • For printed products (Tables A, A1, A2, A3, A4 and A5, above): Table 1 Industrial Product Price Index - Not seasonally adjusted for Pulp and Paper. 
    • For shipping costs (Table B above):  Table 1 Consumer Price Index and major components, Canada - Not seasonally adjusted for Transportation.  
    
    The prices of the previous contract year will be multiplied by the “% change” published for the twelve month period preceding the contract anniversary date (for the second and third contract year) or the month preceding the month in which the Option is exercised.
    Release dates for major economic indicators can be accessed via http://www.statcan.gc.ca/release-diffusion/index-eng.htm.
    
    TRADE AGREEMENTS
    
    Only AIT is applicable to this requirement.  
    
    CONTRACT AND OPTIONS PERIODS
    
    The Services will be required from date of Contract to 31 March 2018 inclusive, with four irrevocable options to extend the contract period for up to four additional years, to be exercised in 1-year increments.  
    
    CONTRACTOR SELECTION METHODOLOGY
    
    The Bidder must meet all mandatory criteria applicable to this solicitation.  Only the bids meeting the mandatory criteria will be evaluated and scored in accordance with the point rated evaluation criteria.  Any proposal that does not achieve the minimum score of 96 points out of 160 will be considered non-compliant and will receive no further consideration.
    
    To determine an overall score for each proposal, technical and price will each be given a rating value; in this case, 60% for technical and 40% for price, and then combined to derive a total combined rating.
    
    The Bidder recommended for award of the Contract will be the compliant Bidder achieving the highest combined rating.
    
    All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to:
    
    CONTRACTING Authority:
    
    Diane Page
    Senior Supply/Business Analyst
    Contracting Division
    Canada Revenue Agency
    Tel. Number : (613) 995-4701
    Email Address :  Diane.Page@cra-arc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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
    Canada Revenue Agency
    Address
    555 Mackenzie Avenue
    Ottawa, Ontario, K1A 0L5
    Canada
    Contracting authority
    Page, Diane
    Phone
    613-995-4701
    Address
    250 Albert Street, 8th floor
    Ottawa, ON, K1A 0L5
    CA

    Buying organization(s)

    Organization
    Canada Revenue Agency
    Address
    555 Mackenzie Avenue
    Ottawa, Ontario, K1A 0L5
    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
    French
    2
    002
    English
    5
    001
    French
    2
    001
    English
    6
    French
    4
    000
    French
    9
    French
    12
    English
    14
    000
    English
    32
    English
    12

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: