PRINTING, WAREHOUSING, INVENTORY MANAGEMENT & DISTRIBUTION . SERVICES

Solicitation number M7594-171626/A

Publication date

Closing date and time 2017/02/07 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
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    PRINTING, WAREHOUSING, INVENTORY MANAGEMENT & DISTRIBUTION SERVICES
    
    M7594-171626/A
    Werk(cw), Janet
    Telephone No. - (613) 998-3968 
    janet.werk@pwgsc-tpsgc.gc.ca
    
    Summary
    
    The Canadian Firearms Program (CFP), a service line within the Specialized Policing Services of the Royal Canadian Mounted Police (RCMP), has a requirement for a Contractor to provide printing, warehousing, order fulfillment and distribution services for a variety of CFP items consisting of, but not limited to:
    
    • Single and multipart forms in various sizes;
    • Communication products consisting of such items as letterheads, single and multipage fact sheets, fold out pamphlets, booklets, business cards, paper and laminated cards;
    • Envelopes in various sizes;
    • Paper and non-paper promotional products.
    
    The Contractor must provide the following services: printing, variable  on-demand printing, warehousing, inventory control, web based ordering site ,order processing, order fulfillment, mail preparation, distribution, tracking, and reporting of activity on an if and when required basis.
    
    The period of the Contract is from the date of award to March 31, 2018 inclusively with two (2) option periods of one (1) year each and the option to extend the contract by an additional four (4) months for transition.
    
    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 and Annex C. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (PWGSC) (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    Security verification is performed by PWGSC and then RCMP. 
    
    The Agreement on Internal Trade (AIT), applies to this procurement.
    
    The requirement is limited to Canadian goods and/or services.
    
    Any resulting contract may be used for deliveryrequirements to locations across Canada, including those within Comprehensive Land Claims Settlement Areas.
    
    BIDDERS MUST ENTER THEIR PRICES ON THE MS EXCEL SPREADSHEET PUBLISHED ON THE GOVERNMENT ELECTRONIC TENDERING SERVICE (https://buyandsell.gc.ca/) AND RETURN IT ON USB ALONG IN EXCEL FORMAT WITH A PRINT OUT OF THE COMPLETED ANNEX B BASIS OF PAYMENT WITH THEIR SUBMISSION.
    
    Basis of Selection
    
    4.2.1 To be declared responsive, a bid must:
    
    (a) comply with all the requirements of the bid solicitation; and
    (b) meet all mandatory technical evaluation criteria; and
    (c) obtain the required minimum of 75 percent overall of the points for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 396points.
    
    4.2.2 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.
    
    4.1.1.1  MANDATORY CRITERIA
    
    M.1 Bidders must provide the following information indicating where the following printing functions are carried out:
    
    Print Production of:
    
    M.1.1  multi-part forms;
    M.1.2  communications and stationery products such as single sheet products, multi-colour foldout brochures and publications; 
    M.1.3 non-paper promotional items; and
    M.1.4  envelopes.
    
    Bidders must indicate which of thelisted (M.1.1 - M.1.4) printing functions are completed by sub-contractors andwhich are completed in the Bidder’s facility(ies).
    
    
    For work completed in the Bidder’s facility (facility[ies] that are owned by same legal entity as the Bidder and/or joint venture partner[s]), bidders must provide:
    
    1. the facility name(s);
    2. facility location(s); and
    3. the relationship to the Bidder.
    
    Failure by the Bidder to provide any of the required information in the proposal will be considered as not meeting the mandatory criterion.
    
    M.2 Bidders must provide the following information indicating where the warehousing and order fulfillment functions are carried out:
    
    1. the facility name(s);
    2. facility location(s); and
    3. the relationship to the Bidder.
    
    M.3 CONTRACTOR PROJECT/ACCOUNT MANAGER
    
    The Bidder must identify an individual, and their position within the firm, who will act as the Contractor Project Manager assigned to this contract and the single point of contact to manage the implementation and on-going provision of the required services during the period of theContract.
    
    This designated Project Manager must have recently (within the last five [5] years prior to the closing date of the RFP) worked as the Project Manager for a contract requiring all of the following:
    
    1. Warehousing and inventory managementof a variety of printed items;
    2. Contractor managed inventory replenishment of the printed items completed using both internal resources and sub-contractors;
    3. Web-based ordering by multiple ordering authorities;
    4. Providing on-line inventory management information to a designated or designated client authorities; and
    5. Custom order fulfillment with delivery by Canada Post and other carriers.
    
    Response Format:
    
    theBidder must provide the following information:
    
    a The name and contact information of the Project Manager;
    b The role of the Project Manager and a description of the services provided for the contract, in which the Project Manager obtained the requiredexperience;
    c The start and end date of the contract; and
    d Contact information for the client organization to which the Project Manager provided the identified services.
    
    
    
    
    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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Werk(cw), Janet
    Phone
    (613) 998-3968 ( )
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    English
    6
    002
    English
    9
    002
    French
    2
    French
    1
    001
    English
    10
    001
    French
    2
    English
    20
    000
    English
    37
    French
    5
    000
    French
    9

    Access the Getting started page for details on how to bid, and more.

    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