Printed products and related services for the T1 Tax Program

Solicitation number 1000346724

Publication date

Closing date and time 2019/07/02 14:00 EDT

Last amendment date


    Description

    RFP # 1000346724 – Printed products and related services for the T1 Tax Program

    Description of Requirement

    OVERVIEW

    The Canada Revenue Agency (CRA) wishes to establish a contract to deliver the CRA’s T1 Income Tax Program (the "Program") print and related service 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.

    The Program, which is the largest program that the CRA manages, requires a variety of printed products that are used by millions of Canadians to file their individual income tax returns. Some of these products are generic in nature, while others contain variable information that changes according to specific provincial and territorial requirements. Canadian residents who require paper versions of the T1 Guide/Forms book will be able to obtain one online, from their local postal outlet, or by contacting the CRA forms distribution centre.

    The resulting contract will include a minimum guarantee of $1,000,000.00 (applicable taxes included), for the period of the Contract, including options.

    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 be certified under the Environmental Choice Program (ECP) or equivalent, 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.

    Products that are equivalent in certification to the certifications specified herein 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 herein;
    • 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 herein; and
    • clearly identifies those areas in the specifications and provides 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 Contractor fails to provide all the information requested to allow the CRA 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 herein.

    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.

    All envelopes must have a minimum of 50% recycled content with 10% post-consumer waste.

    Packaging

    The Contractor is responsible for:

    • Packing all items to minimize the use of packing materials and be made of recycled and/or recyclable material, where feasible.
    • Using packaging and shipping materials that are designed to minimize the waste.
    • Using corrugated cardboard that contain a minimum 30% post-consumer recycled-fibre content.
    • Using reusable, returnable and recyclable packaging and shipping materials whenever feasible.

    Price Escalation/De-escalation

    Prices for the second year of the initial firm contract period and for 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 when the option is exercised:

    • For printed T1 products: Table 1 Industrial Product Price Index - Not seasonally adjusted for Pulp and Paper.

    • For services: Table 1 Consumer Price Index and major components, Canada - Not seasonally adjusted for Services.

    • For transportation costs: 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 month in which the Option is exercised.

    Release dates for major economic indicators can be accessed via Release dates for major economic indicators can be accessed via https://www150.statcan.gc.ca/n1/dai-quo/cal1-eng.htm

    TRADE AGREEMENTS

    Only CFTA is applicable to this requirement.

    CONTRACT AND OPTIONS PERIODS

    The Services will be required from date of Contract to 31 October 2021 inclusive, with three irrevocable options to extend the contract period for up to three 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 273 points out of 390 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:

    Michael Yaehne

    Senior Supply/Business Analyst

    Contracting Division

    Canada Revenue Agency

    Tel. Number : (613) 291-3146

    Email Address : Michael.Yaehne@cra-arc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Yaehne, Michael
    Phone
    613-291-3146
    Email
    michael.yaehne@cra-arc.gc.ca
    Address
    250 Albert Street
    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
    French
    0
    004
    French
    0
    English
    3
    004
    English
    8
    003
    French
    1
    003
    English
    10
    002
    French
    1
    002
    English
    12
    001
    French
    2
    French
    15
    French
    1
    000
    French
    17
    001
    English
    26
    English
    15
    English
    21
    000
    English
    58

    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: