Temporary Help Services - Southern Alberta

Solicitation number EW479-212627/D

Publication date

Closing date and time 2022/11/16 16:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Temporary Help Services - Southern Alberta
    
    EW479-212627/D
    Hemy, Andrew
    Telephone No. - (403) 463-6589 
    Fax No. - (418) 566-6167 
    
    Line 18, GSIN: R201AA, Solicitation D, Quantity: 1, Unit of Issue: Each, Delivery Date: See Herein
    
    1. TITLE: 
    
    Temporary Help Services - Southern Alberta
    
    THIS PROCUREMENT INCLUDES A PORTION SET ASIDE FOR ABORIGINAL BUSINESS UNDER THE FEDERAL GOVERNMENT SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS.
    
    New Aboriginal and non-aboriginal offers will be accepted every six (6) months.
    
    2.  SECURITY REQUIREMENT: 
    
    There are security requirements associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Offerors should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    3. REQUIREMENT:
    
    This requirement is for the provision of temporary help services to federal government departments and agencies in one or more of the geographical Areas listed in Annex "A" Statement of Work, on an as and when requested basis. 
    
    There are 3 geographical Areas within the Southern Alberta Region which are listed in this solicitation’s Annex "A" Statement of Work under Article 3. Areas.
    There are 4 temporary help services categories:
    1. Administrative Support
    2. Professional and Administrative
    3. Technical and Operational
    4. 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 Offerors who provide the services of employees to other organization on a temporary basis when the other organizations 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.  
    
    It is intended to issue multiple Standing Offers to qualified Offerors as the result of this Request for Standing Offer process. 
    
    A Standing Offer is not a Contract and does not commit Public Works and Government Services Canada (PWGSC) to procure or contract for any goods, services or both. Any Standing Offer resulting from this Request for Standing Offer constitutes an Offer made by an Offeror for the provision of certain services to Canada at prearranged prices, under set terms and conditions that is open for acceptance by one or more Identified User(s) on behalf of Canada during a specified period of time.
    
    The resulting Standing Offers including Offeror(s) prices will be accessible to Identified User(s) through an electronic catalogue.  This electronic catalogue will be updated 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. 
    The period for making call-ups against the resulting Standing Offer is from December 1, 2022 to May 31, 2023, with the irrevocable right to extend for 2 additional one year periods.
    
    This procurement includes a Voluntary Set-Aside for Aboriginal Business. For further information on the Set-Aside Program for Aboriginal Business, contact the Aboriginal Procurement and Business Promotion Directorate, Indigenous and Northern Affairs Canada,at1-800-400-7677 or by e-mail at: saea-psab@aandc-aadnc.gc.ca. Call-ups to identified Aboriginal businesses under this Standing offer will be set aside under the federal government's Procurement Strategy for Aboriginal Business, as detailed in Annex 9.4 Requirements for the Set-aside Program for Aboriginal Business, of the Supply Manual.
    
    4.  MANDATORY CRITERIA: 
    
    A. FOR EXISTING STANDING OFFER HOLDERS: 
    
    If an Existing Standing Offer Holder wishes to submit an offer for another geographical Area where a standing offer was not previously issued to them, a brand new offer must be submitted in accordance with Article 4.1.1.1 Section B - All Other Offerors, below.
    
    If an Existing Standing Offer Holder wishes to submit information for 4.1.1.2 Point Rated Criteria: Preferential Margin for Greening and Accessibility Commitments, a brand new offer must be submitted in accordance with Article 4.1.1.1 Section B - All Other Offerors, below.  If Offeror fails to provide a brand new offer the Preferential Margin will not be applied to the Offeror’s financial evaluation.
    
    B. ALL OTHER OFFERORS:
    
    A separate and complete offer must be provided for each Region where the Offeror wishes to provide services. The Offeror must demonstrate they meet the following mandatory technical criteria. Failure to meet any of the mandatory technical criteria will render the bid non-responsive and it will be given no further consideration.
    
    1. Offerors must provide a statement indicating they have a fully operational, permanent, commercial office in the Province for which they are submitting an offer. 
    
    2. Offerors must provide a statement indicating the office, in the Province for which they are submitting an offer, will be open Monday to Friday for a minimum of 7.5 hours per day, excluding Statutory Holidays. 
    
    3. Offerors must provide a statement indicating there are a minimum of 2 full-time employees working in the office of the Province for which they are submitting an offer.     
    
    4. Offerors must describe the tools or procedures or instruments in place to test for the various skills and aptitudes for the type(s) of temporary help services category(ies) offered, for example: What hard and soft skill tests are administered by the Offeror.
    
    5. Offerors must describe their current internal quality control process to evaluate overall service and the performance of the temporary help employees, for example: The assessment of temporary help employee during the assignment and after completion of the assignment.
    
    Point Rated Criteria: Preferential Margin for Greening, Accessibility and Social Commitments.
    
    Note to All Offerors including Existing Standing Offer Holders: The submission of response to Greening, Accessibility and Social Commitments is optional, and the Preferential Margin will only be applied if the supporting information submitted by the Offeror for the Greening, Accessibility and Social Commitment is deemed acceptable by Canada. 
    The submission of financial Offers, the Financial Evaluation and the qualification of each Standing Offer are described in the RFSO (see attached). 
     
    
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Western Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. 
    
    Suppliers are strongly encouraged to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Western Region Bid Receiving Unit’s generic address at roreceptionSoumissions.wrbidreceiving@tpsgc-pwgsc.gc.ca
    
    Faxed bids will be accepted at 1-418-566-6167.
    
    Hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
    
    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

    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Hemy, Andrew
    Phone
    (403) 463-6589 ( )
    Email
    andrew.hemy@pwgsc-tpsgc.gc.ca
    Fax
    (418) 566-6167
    Address
    Harry Hays Building (HHB)
    Room 759, 220-4th Avenue SE
    Calgary, Alberta, T2G 4X3

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    000
    English
    20
    English
    8
    000
    French
    1
    French
    0

    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
    Alberta
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    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: