Security Printing

Solicitation number A0334-174620/B

Publication date

Closing date and time 2019/08/09 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: Yes
    Nature of Requirements: 
    
    Security Printing - A0334-174620/B
    
    Summary:
    
    The Secure Certificate of Indian Status (SCIS), also known as the Status Card, is a secure identity document issued by Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC) to confirm that the cardholder is registered in accordance with the requirements of the Indian Act. The SCIS is provided to assist registered individuals in accessing a wide range of entitlements, programs and services and has also historically been accepted as identification at Canada-US land and marine border crossing locations.
    
    CIRNAC requires the services of a contractor to provide the manufacturing, personalization, distribution, inventory, quality control, and any possible future redesign of the SCIS card that meets the requirements defined in the Annex "A" Statement of Work and this requirement over the term of the Contract. 
    
    For security reasons, CIRNAC requires that the printing of the card and the personalization process both take place in a facility (or facilities) located in Canada.
    
    
    The period of the Contract is for a period of five (5) years with three (3) option periods of one (1) year each.  
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian services.
    
    Comprehensive Land Claims Agreement(s) (CLCAs) are applicable to this procurement.
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
    
    Technical Evaluation
    
    This solicitation includes mandatory and point rated technical criteria. Refer to Part 3 and Part 4 of the Request for Proposal.
    
    Evaluation Procedures
    
    (a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.
    
    (b) An evaluation team composed of representatives of Canada will evaluate the bids.
    
    (c) Canada will use the Phased Bid Compliance Process described in Part 4 of the bid solicitation
    
    To be declared responsive, a bid must:
    
    a. comply with all the requirements of the bid solicitation;
    b. meet all mandatory technical evaluation criteria; and
    c. obtain the required minimum points for the technical evaluation criteria which are subject to point rating.
    
    Bids not meeting (a) or (b) or (c) will be declared non-responsive. Neither the responsive bid that receives the highest number of points nor the one that proposed the lowest price will necessarily be accepted. The responsive bid with the lowest evaluated price per point will be recommended for award of a contract.
    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
    Gagné, Kathleen
    Phone
    (613) 990-9189 ( )
    Email
    kathleen.gagne@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    001
    English
    10
    001
    French
    2
    000
    English
    59
    000
    French
    8

    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: