Temp Help Services, South AB and SK
Solicitation number EW478-142681/B
Publication date
Closing date and time 2016/11/10 16:00 EST
Last amendment date
Description
Trade Agreement: LCSA/AIT Tendering Procedures: The bidder must supply Canadian goods and/or services Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Temp Help Services, South AB and SK EW478-142681/B Wayne Mack Telephone No. - (306) 241-6435 ( ) Fax No. - (306) 975-5397 This requirement is for the provision of temporary help services to federal government departments and agencies for oneor more of the geographical Areas listed in Annex "A", on an as and when requested basis. There are 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 December 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. ALL 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 (iii) To demonstrate compliance with this criterion the Bidder must provide a list and brief description, including period start and end dates, of past or present contracts or clients to which it has provided the services for each of the relevant classifications. 5. Offerorprocess 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 CLOSING DATES SCHEDULE: Firm Period: Solicitation closes at 2:00 pm MST on 2014-11-10 Option Periods: Solicitation closes at 2:00 pm MDT on 2015-05-08 Solicitation closes at 2:00 pm MST on 2015-11-09 Solicitation closes at 2:00 pm MDT on 2016-05-10 Solicitation closes at 2:00 pm MST on 2016-11-10 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
- Mack, Wayne
- Phone
- (306) 241-6435 ( )
- Fax
- (306) 975-5397
- Address
-
Government of Canada Building
101 - 22nd Street East
Suite 110Saskatoon, Saskatche, S7K 0E1
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.F6234.EBSU005.PDF | 005 |
French
|
4 | |
ABES.PROD.PW_CAL.B104.E6234.EBSU005.PDF | 005 |
English
|
19 | |
ABES.PROD.PW_CAL.B104.F6234.EBSU004.PDF | 004 |
French
|
7 | |
ABES.PROD.PW_CAL.B104.E6234.EBSU004.PDF | 004 |
English
|
28 | |
ABES.PROD.PW_CAL.B104.F6234.EBSU003.PDF | 003 |
French
|
5 | |
ABES.PROD.PW_CAL.B104.E6234.EBSU003.PDF | 003 |
English
|
36 | |
ABES.PROD.PW_CAL.B104.F6234.EBSU001.PDF | 001 |
French
|
14 | |
ABES.PROD.PW_CAL.B104.F6234.EBSU000.PDF | 000 |
French
|
7 | |
ABES.PROD.PW_CAL.B104.F6234.EBSU002.PDF | 002 |
French
|
3 | |
ABES.PROD.PW_CAL.B104.E6234.EBSU000.PDF | 000 |
English
|
83 | |
ABES.PROD.PW_CAL.B104.E6234.EBSU002.PDF | 002 |
English
|
28 | |
ABES.PROD.PW_CAL.B104.E6234.EBSU001.PDF | 001 |
English
|
32 |
Access the Getting started page for details on how to bid, and more.