Printing and assembly of various material (manuals, posters) for
Elections Canada.
Solicitation number 05005-130262/A
Publication date
Closing date and time 2014/11/28 14:00 EST
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Printing and assembly of Election Canada material 05005-130262/A Werk(cw), Janet Telephone No. - (613) 998-3968 Email: janet.werk@pwgsc-tpsgc.gc.ca Elections Canada requires the services of one Canadian supplier for the printing of several Election Manual, guidebooks and related documentation on an if-and-when-requested basis. The supplier will also be responsible for assembling the electoral material, ready for distribution across Canada. In the period leading up to an Event (General election, by-election, referendum), the supplier must print, assemble and stage approximately 16 manuals and 14 different guidebooks in accordance with the specifications prepared by Elections Canada and in accordance with the "Timeline" in of the Statement of work. The Contract is for a period of Two (2) years with two (2 ) x 2 year option periods. Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003 . Comprehensive Land Claims Agreement(s) (CLCAs) are not applicable to this procurement. There is a Federal Contractors Program (FCP) for employment equity requirement associated with this procurement; see Part 5 - Certifications, Part 6 - Resulting Contract Clauses and the annex named Federal Contractors Program for Employment Equity - Certification. This procurement is limited to Canadian goods and/or services. Basis of selection: 1. 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. Meet the an overal pass mark of 60% for the rated criteria. 2. 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. Mandatory Requirements: M.1Corporate Experience The Bidder must demonstrate that it has contracted or has been contractually bound to a minimum of two (2) separate externalclients (outside of the Bidder's own company) to provide digital printing services, bindery/finishing services, processing of multiple work requests for the just-in-time production of multiple items, storage of items, assembly and distribution similar to the services outlined in the Statement of Work. These contracts must have been started or completed on or after October 1, 2009. During the evaluation, no corporate experience gained through internal clients will be accepted or reviewed. The two (2) contracts combined must include all of the following services (M.1.a- M.1.d): a) Web and/or Offset printing and binding/finishing of large quantities of multiple paper based printed products such as manuals, booklets, posters etc.; b) Printing and binding/finishing of small quantities of multiple paper based printed products such as manuals, booklets, posters etc.; c) Storage of varied (consisting of a minimum of 30 different items) paper based printed matter such as manuals, instructions booklets, posters, kits, etc...; and d) Assembly of multiple items into individual bulk shipments and preparation for distribution to multiple locations in accordance with Canada Post Corporation processing standards. Response Format For EACH of the two (2) contracts submitted, the Bidder must provide the following information: M.1.1 A description of the "just-in-time" production requirements of the contract; M.1.2 As applicable to the contract, a description of the contract requirements as specified to meet a), b), c), and d); M.1.3 As applicable to the contract, a listing of the services provided to the Client to demonstrate each of the services as specified to meet a), b), c), and d); M.1.4 As applicable to the contract, the number of paper based printed products produced under the contract; M.1.5 As applicable to the contract, the quantity of each of the paper based printed products produced in individual production runs for each item; M.1.6 As applicable to the contract, the details to describe the required assembly of multiple items into individual bulk shipments and preparation for distribution to multiple locations in accordance with Canada Post Corporation processing standards; M.1.7 The contract dates (start date or end date) for which the services were provided (example: March 2012 or April 10, 2013 or March 2012 to present); M.1.8 Any activities undertaken by sub-contractors and/or joint venture partners; M.1.9 Client information for the contract (for example: client name or organization). M.2 Project Manager The Bidder must identify the Project Manager assigned to this project. This designated Project Manager must be an employee of the Bidder and must have a minimum of two (2) years experience (since October 2008; October 2008 to December 2008) working as a Project Manager or Client Account Representative managing a contract or contracts that includes the provision of services similar to the services outlined in the Statement of Work. The contract or combined contracts must include all of the following services (M.2.a- M.2.d): a) Web and/or Offset printing and binding/finishing of large quantities of multiple paper based printed products such as manuals, booklets, posters etc.; b) Digital printing and binding/finishing of small quantities of multiple paper based printed products such as manuals, booklets, posters etc.; c) Storage of varied (consisting of multiple different items) paper based printed matter such as manuals, instructions booklets, posters, kits, etc...; and d) Assembly of multiple items into individual bulk shipments and preparation for distribution to multiple locations in accordance with Canada Post Corporation processing standards. In order to demonstrate two (2) years experience, the Bidder must provide the start and end dates (month and year) of the period when the experience was acquired. ** To demonstrate two(2) years experience the period of time that the proposed project manager (M.2.) worked in each identified place of employment as a project manager as specified for M.2 will be added to determine the number of years experience for evaluation purposes. Bidder's responses that do not provide the name and the specified details to demonstrate the experience requested for the Project Manager will be deemed non-responsive and will not be evaluated further. Response Format: The Bidder must provide the following information: M.2.1 The name and contact information of the Project Manager/Client account representative; M.2.2 A description of the "just-in-time" production requirements of EACH of the contracts; M.2.3 As applicable to the contract, a description of the contract requirements as specified to meet a), b), c), and d); M.2.4 As applicable to the contract, a listing of the services managed by the Project Manager/Client Account Representative to demonstrate management of each of the services as specified to meet a), b), c), and d); M.2.5 As applicable to the contract, the number of paper based printed products produced under the contract; M.2.6 As applicable to the contract, the quantity of each of the paper based printed products produced in individual production runs for each item; M.2.7 Assembly of multiple items into individual bulk shipments and preparation for distribution to multiple locations in accordance with Canada Post Corporation processing standards; M.2.8 The period during which the Project Manager /Client account representative managed the identified services(example: March 2012 to April 2013 or March 2012 to present; and M.2.9 Client information for whom the Project Manager/Client account representative managed the services. M.3 Monotainers The Bidder must submit a location where monotainers would be dropped-off and picked up within distribution area listedin the Annex A SOW. This single location must be able to accommodate 338 monotainers (more than 5,122.39 square feet) and must have a loading dock. To demonstrate how they meet this criterion, the Bidder must provide: M.3.1 The complete address of location; M.3.2 The size of the Bidder's facility (in square feet) and the size of the area that will be dedicated to the monotainers; and M.3.3 The size (in square feet) of the loading dock. Monotainer Drop-off and Pick-up The Contractor must meet the following requirements: · Only one drop-off and pickup location of the monotainers is allowed, and need to be pre-approved by Elections Canada; · Canada Post will drop-off all the required monotainers together at the Contractor's (one) location and then will pick them up; · The acceptable drop-off and pickup locations are: - Calgary (AB) - Moncton (NB) - Montreal (QC) - Ottawa (ON) - South Western Ontario (ON) - Toronto and the Greater Toronto (ON) - Vancouver (BC) - Winnipeg (MB) NOTICE As of November 13, 2014 the Public Works and Government Services Canada, Bid Receiving Unit (BRU) will be temporarily relocated to Place de Portage Phase III core 0B2, 11 laurier Ave. Gatineau, QC. 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)
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
- Werk(cw), Janet
- Phone
- (613) 998-3968 ( )
- Address
-
360 Albert St./ 360, rue Albert
12th Floor / 12ième étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Office of the Chief Electoral Officer
- Address
-
30 Victoria StreetGatineau, Quebec, K1A 0M6Canada
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 |
---|---|---|---|---|
english_elc_annex_b_001_nov_17.xlsx |
English
|
9 | ||
ABES.PROD.PW__CW.B020.E66103.EBSU005.PDF | 005 |
English
|
10 | |
ABES.PROD.PW__CW.B020.F66103.EBSU005.PDF | 005 |
French
|
5 | |
french_elc_annexe_b_fr_001_nov_17.xlsx |
French
|
1 | ||
ABES.PROD.PW__CW.B020.E66103.EBSU004.PDF | 004 |
English
|
8 | |
ABES.PROD.PW__CW.B020.E66103.EBSU002.PDF | 002 |
English
|
16 | |
english_ec_annex_b_final_nov.xlsx |
English
|
20 | ||
ABES.PROD.PW__CW.B020.E66103.EBSU003.PDF | 003 |
English
|
7 | |
ABES.PROD.PW__CW.B020.F66103.EBSU003.PDF | 003 |
French
|
1 | |
french_ec_annexe_b_fr_final_nov.xlsx |
French
|
4 | ||
ABES.PROD.PW__CW.B020.F66103.EBSU002.PDF | 002 |
French
|
3 | |
ABES.PROD.PW__CW.B020.F66103.EBSU004.PDF | 004 |
French
|
2 | |
ABES.PROD.PW__CW.B020.E66103.EBSU001.PDF | 001 |
English
|
27 | |
ABES.PROD.PW__CW.B020.F66103.EBSU001.PDF | 001 |
French
|
7 | |
ABES.PROD.PW__CW.B020.E66103.EBSU000.PDF | 000 |
English
|
59 | |
ABES.PROD.PW__CW.B020.F66103.EBSU000.PDF | 000 |
French
|
11 |
Access the Getting started page for details on how to bid, and more.