G7 Summit Host Broadcaster

Solicitation number 08A33-170162/B

Publication date

Closing date and time 2017/12/06 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    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: 
    
    G7 Summit Host Broadcaster
    
    08A33-170162/B
    Werk(cw), Janet
    Telephone No. - (613) 998-3968 (    )
    
    janet.werk@pwgsc-tpsgc.gc.ca
    
    Summary
    
    The Government of Canada will host the 2018 Charlevoix G7 Summit, to be held in the Province of Quebec June 8th & 9th, 2018. The Summit will generate extensive media coverage and public interest worldwide. The Summit Management Office requires the services of a Host Broadcaster to provide audio and video coverage and distribution of summit events to the participating broadcasters and to supply broadcast technical services to the media in attendance at Le Manoir Richelieu, the International Media Centre, and other related locations.
    
    The purpose is to contract with a company to provide Host Broadcaster services in a comprehensive and cost-effective manner. The Host Broadcaster services include high quality audio and video coverage of designated Summit events for the purposes of live broadcast, webcast, cable cast, archive recording, news access, closed circuit monitoring, and the managing of an information channel. 
    
    In addition, the Host Broadcaster must operate an International Broadcast Centre within the International Media Centre to provide the technical infrastructure necessary to serve the needs of broadcasters with respect to the distribution, recording, and transmission of broadcast signals on-site and around the world. 
    
    The Contract will be in effect from the date of award of Contract until October 31, 2018.
    
    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.
    
    The requirement is limited to Canadian goods and/or services.
    This procurement is not subject to the Comprehensive Land Claims Agreements. 
    The national security exceptions provided for in the trade agreements have been invoked; therefore, this procurement is excluded from all of the obligations of all the trade agreements.
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.” 
    
    The Phased Bid Compliance Process applies to this requirement.
    
    M.1 EXPERIENCE OF THE BIDDER/CONTRACTOR (PC)
    
    The Bidder must have experience of having been the host broadcaster for a least one (1) event that lasted at least five (5) hours and included providing the services of radio and television coverage and distribution of the event from at least three (3) different locations*. The Host Broadcaster responsibilities must have been to supply broadcast technical services to the media in attendance; nationally through a Broadcast Media Centre as described in the Annex “A” Statement of Work. 
    
    Note: * Three (3) different locations means 3 different physical buildings, cities, venues for example, location 1: Ottawa International Airport, location 2: Museum of History in Gatineau and location 3: Palais des congrès de Montréal. 
    
    M.2  EXPERIENCE OF THE PROPOSED PERSONNEL (PC) (This requirement is subject to the R.2 point-rated criteria).
    
    For each member of the proposed management team and key technical personnel, including any consultants and sub-contractors as well as back-up personnel, the Bidder must provide a detailed summary of no longer than three pages of relevant experience with similar projects in the field of radio and television coverage and technical support services as well as the language that each these personnel speak & comprehend. The key personnel must include, at a minimum, those proposed for Project Manager, Executive Producer Technical Director and Chief Engineer, Lighting Director and Booking Office Manager.
    
    M.3 FINANCIAL PROPOSAL (This requirement is subject to the R.5 point-rated criteria).
    
    The Bidder must submit a financial proposal (Annex “B”) with a firm price not exceeding $2,600,000.00 (Quebec Harmonized Sales Tax [QST] extra, as appropriate). The maximum amount includes all travel and living expenses. This Annex “B” financial proposal must include hourly/daily firm rates broken down for each person, and piece of equipment that will be required for the Bidder to provide the host broadcaster requirements as per Annex “A” Statement of Work.
    
    M.4 SITE VISIT
    As this is a Mandatory site visit, the Bidder MUST have a representative present at the Bidder's site visits which will take place on the 14th thru the 16th of November 2017.  [The bidder is responsible for all travel and living expenses to the site visit see Part 2 subsection 2.7].
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Werk(cw), Janet
    Phone
    (613) 998-3968 ( )
    Email
    janet.werk@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    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
    002
    English
    20
    002
    French
    13
    001
    English
    17
    001
    French
    12
    000
    English
    54
    000
    French
    34

    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
    Quebec (except NCR)
    ,
    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: