SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Graphic Design Services

Solicitation number 87055-14-0355

Publication date

Closing date and time 2015/06/22 14:00 EDT

Last amendment date


    Description
    1.	Background 
    
    The Canadian Nuclear Safety Commission (CNSC) has a requirement to access external professional graphic design and multimedia services to meet critical project deadlines that cannot be met through internal resources due to workload or availability levels.
    
    2.	Objectives 
    
    The CNSC requires the services of up to two (2) external graphic design and multimedia contractors on an as needed basis to provide graphic design, multimedia (animations, audio, video and interactive) and production services to produce various types of communications products, including but not limited to: interactive PDFs, publications, including epubs, brochures, Web graphics, including mobile web design, presentations, posters, tradeshow graphics. Multimedia products can also include animation, and outputs can include Flash and HTML5. 
    
    3.	Scope of Work
    
    During the period of the contract, the Contractor will be required to provide consultation, strategy and concept development, art direction, production and layout, research of stock photos and illustrations, project management and quality control.
    
    3.1	Design Concepts for print and electronic media
    
    The Contractor shall provide the following services as required by the Project Authority:
    
    •	Develop design strategy and concepts and provide three (3) acceptable design concepts based on consultation with the Project Authority. The chosen design out of the three (3) concepts provided to the Project Authority will become the property of the Crown
    •	Provide art direction, production and layout and specifications to ensure a high quality product
    
    3.2	Project Management 
    
    The Contractor shall provide all project management services required to coordinate and oversee the graphic work to its completion, including (but not limited to):
    
    •	Creative and strategic development, design management. 
    •	Provide status reports for work in process as required by the Project Authority.
    •	Quality assurance of all work completed by the Supplier.
    •	Liaison and meetings between the Contractor and the CNSC
    •	Photo research 
    •	Presentations to the project manager.
    •	Time accounting and invoicing against the Contract
    •	Managing work against available balance of funds in Contract
    
    3.3	Creative Consultation, Research and Concept Development
    
    The Contractor shall provide consultation, creative ideas, and research services related to concept development and creative/graphic/multimedia design. The Contractor’s primary point of contact will be required to be available Monday to Friday, for face-to-face meetings to discuss the project(s) within two (2) business days of notification by the Project Authority. 
     
    
    3.4	Final Design Product - Final and Layered Source Files for Use for Layout and Production of Documents 
    
    The Contractor shall provide final artwork and layered source files in Adobe InDesign (for publications), Adobe Illustrator (.ai) or Adobe Photoshop (.psd) (for illustration or images), Adobe Premier and/or After Effects (for video), Microsoft PowerPoint (.ppt) for presentations, all original or stock source illustrations, photography or video footage and other multimedia software packages as may be required. The Contractor is to check with the Project Authority before beginning work to ensure that software used is available to CNSC staff for future work.
    
    Final electronic artwork for Web and/or print, as appropriate, all layered source files, and laser proofs shall be produced as follows:
    
    •	The Contractor will return all completed work in Apple and PC-readable formats (NTSF or FAT32 only, not OS Journalled, disks) and will include all related files (i.e., layered or native files, text files, electronic files, graphics, fonts, font suitcases, original images, etc.) as well as the output proofs
    •	These files shall be supplied on current electronic media such as CDs or DVDs as specified by the Project Authority
    •	Scanned images will be supplied on the specified media as well as fonts and all other electronic sources required to proceed
    •	All illustrations and photographs will be provided and their placement in the document identified
    •	Filename extensions must be properly updated in all design templates and must include appropriate extensions (ie..filename.eps, filename.indd)
    •	If needed, colour divisions to accommodate non-four-colour-process aspects of the report, such as additional PMS colours, metallics, transparent inks, embosses, diecuts, special varnishes or other specialized printing considerations will provided and clearly demonstrated on laser proofs and approved by the Project Authority
    •	All sets of files for electronic media must be accompanied by colour laser proofs demonstrating the on-screen appearance of the final product
    
    3.5	Quality Assurance
    
    The Contractor shall initiate whatever quality control procedures are necessary to achieve error-free
    components including but not limited to:
    
    •	Quality assurance of the work performed by the Contractor and its sub-contractors.
    
    3.6	Author’s Alterations
    
    Author’s alterations or any alteration to the design, texts or illustrative matter that is requested by the Project Authority and is not a correction to the Contractor’s own work will be identified to the Project Authority before performing the work, along with an assessment of any impacts to the contract amounts, if applicable. The Contractor will complete Author’s alterations as directed in writing by the Project Authority.
    
    3.7	Design Considerations
    
    All materials produced for the CNSC must respect all applicable Government of Canada and CNSC policies, standards, guidelines and regulations. All materials produced should display the Federal Identity Program, the Canada wordmark, and the correct CNSC corporate logo and colours (if they are part of the approved design). Use of these marks is governed by Government of Canada guidelines available online at: http://www.tbs-sct.gc.ca/fip-pcim/index_e.asp
    
     
    All electronic products must reflect:
    
    •	the Web Standards for the Government of Canada and the Web Experience Toolkit for Web sites published by TBS at 
    http://www.tbs-sct.gc.ca/ws-nw/index-eng.asp and  http://www.tbs-sct.gc.ca/ws-nw/wa-aw/wet-boew/index-eng.asp 
    •	Communications Policy :
    http://www.tbs-sct.gc.ca/Pubs_pol/sipubs/comm/siglist_e.asp
    •	Publishing - Policies and Publications:
    http://www.tbs-sct.gc.ca/pubs_pol/ciopubs/TB_CP/siglist_e.asp
     
    3.8	Service Standards
    
    The bidder must certify in its bid that during the period of the contract:
    
    a.	That its appropriate representative (related to the matter at hand), or an alternate acceptable representative to the CNSC will be available by phone or video-conference within 2 hours of the CNSC’s request; and 
    
    b.	if the issue or topic of discussion cannot be resolved by phone or video conference, its appropriate representative (related to the matter at hand), or an alternate acceptable representative to the CNSC must be available to meet in person with the Project Manager at the CNSC’s office in Ottawa, Ontario within 2 business days of CNSC’s request.
    
    The Contractor shall deliver to the Project Authority the completed work according to an agreed schedule to be determined.
    
    4.	Tasks 
    
    During the period of the contract the Contractor shall perform the following tasks as requested by the Project Authority:
    
    •	development and refinement 
    •	layout and design 
    •	photography/image research and selection 
    •	quality assurance 
    •	attending meetings 
    •	presenting design proposals
    •	project management, and advice

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)

    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
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    Canada
    Contracting authority
    Arbour, Nathalie
    Phone
    613-996-6767
    Address
    280 Slater Street
    Ottawa, ON, K1P 5S9
    CA

    Buying organization(s)

    Organization
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    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.

    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
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Open Bidding

    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: