Standing Offer - envelopes

Solicitation number EN578-201500/A

Publication date

Closing date and time 2020/05/28 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Standing Offer - envelopes
    
    Summary
    
    "As and when requested", Canada has a requirement for the provision of printing services for the printing and finishing to final format of printed envelopes.
    
    The period for making call-ups against the Standing Offer is from date of issuance to June 30, 2021, inclusive.
    
    If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for an additional three (3) periods of one (1) year each, under the same conditions and at the rates or prices specified in the Standing Offer.
    
    Standing Offers are offers to provide services at prearranged prices, under set terms and conditions, on an "if and when requested basis". No contract exists until a call-up against a Standing Offer is issued by the Identified User specified herein. 
    
    Canada anticipates that multiple standing offers for fourteen (14) standard envelope types may be authorized for nine (9) categories. The fourteen (14) standard envelopes are nine (9) without windows and five (5) with windows (Avpexine or Biodegradable material).
    
    Offerors are invited to submit an Offer on one (1) or more categories.
    
    The Categories are:
    
    Group 1 Small Envelopes (units)
    
    Category 1 Low Quantity 500 - 5,000
    Category 2 Medium Quantity 5,001 - 200,000
    Category 3 High Quantity 200,001 and over
    
    Group 2 Large Envelopes (units)
    
    Category 4 Low Quantity 500 - 5,000
    Category 5 Medium Quantity 5,001 - 200,000
    Category 6 High Quantity 200,001 and over
    
    Group 3 Double window Envelopes (units)
    
    Category 7 Low Quantity 500 - 5,000
    Category 8 Medium Quantity 5,001 - 200,000
    Category 9 High Quantity 200,001 and over
    
    Call-up Limitation and Identified Users: 
    
    Individual call-ups issued by authorized Identified Users against this Standing Offer must not exceed $25,000.00 (applicable taxes and all delivery charges included).
    
    These services will be provided to any Government of Canada department, agency or Crown Corporation listed in Schedules I, I.1, II, and III of the Financial Administration Act, R.S., 1985, c. F-11 and any other identified users added to the Standing Offer through amendment. 
    
    Individual call-ups issued by Public Services and Procurement Canada (PSPC) Communication Procurement Directorate against this Standing Offer must not exceed $2 000,000.00 (applicable taxes and all delivery charges included).
    
    PSPC may issue Call-ups on behalf any Government of Canada department, agency or Crown Corporation listed in Schedules I, I.1, II, and III of the Financial Administration Act, R.S., 1985, c. F-11.
    
    Canada expects to issue Standing Offers with all aboriginal and non-aboriginal suppliers that are deemed responsive to this Request for Standing Offers.
    
    Offerors may qualify for set aside procurements under the federal government Procurement Strategy for Aboriginal Business under this Standing Offer.
    
    If the Offeror is either a joint venture consisting of two (2) or more Aboriginal businesses or a joint venture between an Aboriginal business and a non-Aboriginal business, the Offeror will only be considered for both lists if the Offeror meets all of the conditions of the Set Aside Program for Aboriginal Business and none of the firms in the joint venture have also submitted an offer as a single entity.
    
    The requirement is limited to Canadian goods and services.
    
    - For procurements that are not Set aside procurements under the federal government Procurement Strategy for Aboriginal Business
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    - For Set aside procurements under the federal government Procurement Strategy for Aboriginal Business
    
    This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, refer to Annex 9.4 of the Supply Manual.
    
    Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.
    
    
    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the delivery of the requirement detailed in the RFSO, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs)
    
    This RFSO allows offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method.
    
    Evaluation Procedures
    
    a. Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria.
    
    b. An evaluation team composed of representatives of Canada will evaluate the offers.
    
    Technical Evaluation 
    
    Offerors must submit their offer in response to the Categories of their choice (1 - 9).
    
    Offers will be evaluated in accordance with the Category specific mandatory technical criteria for the category or categories for which the Offeror submitted its Offer.
    
    Each Category (1-9) will be evaluated individually.
    
    Financial Evaluation
    
    Mandatory Financial Criteria
    .
    Offerors must offer prices for all items included in the Categories of their choice (1-9).  
    
    
    Basis of Selection - Each Category
    
    An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria and mandatory financial criteria to be declared responsive. 
    
    For each category, all responsive offers will be recommended for issuance of a standing offer.
    
    Delivery Date: 24/03/2020
    
    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
    MPACE(CW), MIACE
    Phone
    (613) - ( )
    Email
    TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    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
    006
    French
    9
    006
    English
    17
    005
    French
    3
    005
    English
    14
    French
    3
    004
    French
    3
    004
    English
    16
    English
    19
    003
    French
    2
    003
    English
    14
    002
    French
    6
    002
    English
    16
    001
    French
    6
    French
    5
    001
    English
    25
    English
    39
    000
    French
    22
    000
    English
    131

    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
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: