Temporary Help Services (THS) in Southern Alberta and
Saskatchewan
Solicitation number EW478-142681/A
Publication date
Closing date and time 2014/05/09 16:00 EDT
Last amendment date
Description
Trade Agreement: LCSA/AIT Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Temporary Help Services (THS) in Southern Alberta and Saskatchewan This requirement is for the provision of temporary help services to federal government departments and agencies for one or more of the geographical Areas listed in Annex "A", on an as and when requested basis. There are 7 geographical Areas within this solicitation : AB Calgary AB Red Deer AB Medicine Hat AB Lethbridge SK Regina SK, Prince Albert SK, Saskatoon Offerors are to provide separate offers for each of the geographical Areas where they wish to provide services. There are 4 temporary help services categories: Administrative Support, Professional and Administrative, Technical and Operational, Telecommunications and Engineering Services. These categories are further broken down into classifications viewable at: http://ont-sat-ths.tpsgc-pwgsc.gc.ca/procedures/services-eng.cfm Temporary help services may be required from Standing Offer Holders who provide the services of employees to others on a temporary basis when the incumbent employee is absent for a period of time; during a temporary workload increase, or when a position is in the process of being staffed. Offers will be accessible to Identified Users through an electronic catalogue. This electronic catalogue will be refreshed semi-annually (every 6 months) to enable new offerors the ongoing opportunity to qualify for a Standing Offer, and to enable existing Standing Offer Holders to revise their rates or contacts, or qualify for additional Areas. An updated Notice of Proposed Procurement (NPP) and a Request for Standing Offer (RFSO) will be posted on the Buy and Sell website 5 days after the close of each solicitation. The period for making call-ups against the Standing Offer is from June 1, 2014 to May 31, 2015, with the right to request 2 additional one year periods. There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Insurance Requirements, and Part 7A - Standing Offer. For more information on personnel and organization security screening or security clauses, offerors should refer to the Canadian Industrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. The requirement is limited to Canadian goods and/or services. This procurement includes a Voluntary Set-Aside for Aboriginal Business. A. FOR EXISTING STANDING OFFER HOLDERS: 1. Existing Standing Offer Holders wishing to retain existing Standing Offers Standing Offer Holders who currently hold a Standing Offer issued under solicitation no. EW478-120771/A (AB) and EV394-120786/A (SK) and who wish to rely on information submitted in response to these solicitations, must submit an offer that indicates: (i) All mandatory criteria listed under 1.1.1 Mandatory Technical Criteria, Section B., items 1 through 6, are still met and that all information provided under the previously listed solicitations remains true, accurate, unchanged and may be used for the purposes of this solicitation. Separate and complete offers must be provided for each geographical Area. For existing Standing Offer Holders who wish to retain their existing Standing Offer(s) and who submit in accordance with the requirements set out in this solicitation, Canada will proceed to grandfather the existing Standing Offer(s) as issued under the solicitations no. EW478-120771/A (AB) and EV394-120786/A (SK).. 2. Existing Standing Offer Holders offering services for additional geographical Areas If an Existing Standing Offer Holder wishes to submit for another geographical Area not previously issued to them, a brand new offer must be submitted. Refer to section B - All Other Offerors, below. B. ALL OTHER OFFERORS: Separate and complete offers must be provided per geographical Area for which offerors are wishing to provide services. In addition, only one offer per geographical Area, per Offeror will be accepted and evaluated. If more than one offer is received per geographical Area, Canada will choose which offer to evaluate. 1. Offeror's commercial office for each geographical Area: (i) Offerors must demonstrate that they provide services from a fully-operational, permanent, commercial office for each geographical Area for which they are submitting an offer. (ii) Offerors must demonstrate that they operate their commercial office during normal business hours (a minimum of 7.5 hours per day, any time from 7:30 a.m. to 5:30 p.m.) For each geographical Area for which they are submitting an offer. 2. Commercial office staff: (i) Offerors are to demonstrate that they maintain a minimum staff of two (2) full-time employees in their commercial office in each geographical Area for which they are submitting an offer. 3. Offeror standard response times: Offerors must demonstrate how they will meet the following: (i) Reply to an Identified User's queries within forty-eight (48) hours. (ii) Dispatch an appropriate resource to the identified client site within 48 hours 80% of the time. 4. Offeror's Corporate experience related to classifications offered: (i) Offerors must demonstrate that they have been in business for at least one (1) year; and (ii) Must demonstrate that they have previously provided one or more of the offered classifications for a minimum of three (3) months. 5. Offeror process for testing candidates: The Offeror must describe the tools, procedures and instruments in place to test for the various skills and aptitudes for the types of classifications offered, for example: (i) What hard and soft skill tests are administered by the Offeror; 6. Offeror's Quality Control Process: Offerors must describe their firm's current internal quality control process to evaluate overall service of the firm/company; and the performance of the temporary help employees. THIS PROCESS MUST INCLUDE: (i) assessment of temporary help employee during assignment; and (ii) assessment of temporary help employee and your company, after assignment margaret.twomey@pwgsc-tpsgc.gc.ca Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
-
Land Claim Set Asides (LCSA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Twomey, Margaret L.
- Phone
- (403) 292-4450 ( )
- Fax
- (403) 292-5786
- Address
-
Room 1650, 635 8th Ave. S.W.Calgary, Alberta, T2P 3M3
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_CAL.B104.F6228.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW_CAL.B104.F6228.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW_CAL.B104.F6228.EBSU000.PDF | 000 |
French
|
5 | |
ABES.PROD.PW_CAL.B104.E6228.EBSU001.PDF | 001 |
English
|
16 | |
ABES.PROD.PW_CAL.B104.E6228.EBSU000.PDF | 000 |
English
|
45 | |
ABES.PROD.PW_CAL.B104.E6228.EBSU002.PDF | 002 |
English
|
3 |
Access the Getting started page for details on how to bid, and more.