SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Furniture Products

Solicitation number 1000357679

Publication date

Closing date and time 2021/09/21 14:00 EDT

Last amendment date


    Description

    Context

    The CRA has full procurement authority for the supply of furniture, which allows it to use a range of procurement strategies including the establishment of contracts to support its strategic sourcing objectives. CRA contracts are expected to offer an effective business solution for the supply of furniture in a wide variety of situations from small-scale furniture replacement and office relocation/reconfiguration up to major fit-up projects, as well as emerging requirements outside of typical supply to commercial office locations.

    Objective

    The Canada Revenue Agency (CRA) has a requirement for the supply, delivery, and installation of new furniture products, on an as and when requested basis, to support its current and evolving work environments. Its variety of work environments is the result of changing workplace standards as well as new pressures prompting the CRA to re-evaluate where and how its employees are doing their work.

    The requirement is divided into three (3) categories as follows:

    • Category 1: Freestanding Desking
    • Category 2: Panel systems
    • Category 3: Collaborative and support space furniture

    Bidders may submit a proposal for one Category or multiple Categories. The CRA will evaluate bids for each Category separately. The Bidder with the highest ranked responsive bid in each Category and meeting all the mandatory requirements will be recommended for award of a contract for the respective Category.

    The CRA reserves the right to award one (1) contract for the Categories that a Bidder is successful in. For example, if Bidder 1 submits bids for each of Categories 1, 2, and 3, and is the highest ranked responsive bid for all three Categories, then the CRA may award one (1) contract to Bidder 1 for Categories 1, 2, and 3.

    A resulting contract will have:

    • a firm two-year period and two (2) one-year option periods;
    • the option to add, remove, or modify products or locations from the Contract, if the need arises, due to a shift in legislation, policy, or program requirements; and
    • a minimum spend commitment in the amount of
      • Category 1 Freestanding Desking - $500,000
      • Category 2 Panel systems - $60,000 and
      • Category 3 Collaborative and support space furniture - $250,000

    All amounts are in Canadian currency. The minimum spend commitment may be satisfied by CRA over the entire period of the resulting contract, which includes any exercised option periods.

    The CRA’s e-procurement solution for ordering, receiving and reconciling goods and services is an SAP Ariba tool which has been branded internally as Synergy 2.0. Synergy 2.0 will be used to place orders under any resulting contract.

    The resulting contracts will offer good value for the CRA by demonstrating that:

    • Products are safe and durable to use over the lifecycle, and support the health and safety of employees
    • Contracts can offer a range of furniture solutions whose characteristics favour long-term re-use/redeployment, reconfiguration, repeatability and scalability
    • Furniture supply is associated with favourable environmental performance consistent with industry best practices

    This requirement is subject to the Canadian Free Trade Agreement, the World Trade Organization – Agreement on Government Procurement, the Canada-Chili Free Trade Agreement, the Canada-Peru Free Trade Agreement, the Canada-Columbia Free Trade Agreement, the Canada-Panama Free Trade Agreement, the Canada-Honduras Free Trade Agreement, the Canada-Korea Free Trade Agreement, the Canada-Ukraine Free Trade Agreement, the Comprehensive Economic and Trade Agreement, and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership.

    Documents may be submitted in either official language of Canada.

    CONTRACTOR SELECTION METHODOLOGY

    The evaluation of proposals will be performed in four steps as follows:

    Step 1 –  Evaluation against Mandatory Criteria

    Step 2 – Evaluation against Point Rated Criteria

    Step 3 –  Evaluation of Financial Proposals

    Step 4 –  Basis of Selection– Highest Total Combined Rating of Technical Merit and Price

    The selection will be based on the highest responsive total combined rating of technical merit and price. The ratio will be 20% for the technical merit and 80% for the price.

    Step 5 – Conditions Precedent to Contract Award

    Step 6 – Proof of Synergy (Ariba) Compliance

    Step 7 –  Contract Entry

    The CRA reserves the right to negotiate with suppliers on any procurement.

    RFP CLOSING DATE:

    Bids must be received on or before September 21, 2021 no later than 2:00 p.m EDT, at the following address:

    Canada Revenue Agency

    Bid Receiving Unit

    Ottawa Technology Centre

    Receiving Dock

    875 Heron Road

    Room D-95

    Ottawa, ON K1A 1A2

     

    Contracting Authority

    All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to:

    Paul Wren

    Supply Project Manager

    Canada Revenue Agency

    Administration Directorate

    Contracting Division

    250 Albert St., 8th Floor

    Ottawa, ON, K1A 0L5

    E-mail: paul.wren@cra-arc.gc.ca

     

    Please refer to the solicitation documents for further information and instructions regarding this opportunity.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • 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)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Wren, William
    Phone
    613-716-6636
    Email
    paul.wren@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
    010
    French
    4
    010
    English
    27
    009
    French
    11
    009
    English
    24
    French
    6
    008
    French
    11
    008
    English
    35
    English
    15
    007
    French
    8
    007
    English
    28
    006
    French
    14
    006
    English
    33
    005
    French
    10
    005
    English
    39
    004
    French
    12
    004
    English
    31
    003
    French
    13
    003
    English
    34
    002
    French
    14
    This document was removed on 2022/07/27.
    002
    English
    31
    This document was removed on 2022/07/27.
    This document was removed on 2022/07/27.
    This document was removed on 2022/07/27.
    001
    French
    16
    001
    English
    43
    This document was removed on 2022/07/27.
    This document was removed on 2022/07/27.
    000
    French
    29
    000
    English
    144

    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
    World
    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: