Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 9 from 7:00 pm until 11:00 pm (EDT) 

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Data processing/Variable Imaging, epost & PDF/UA

Solicitation number EK235-172436/B

Publication date

Closing date and time 2018/05/18 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: 
    
    Database/Variable Imaging, epost and PDF/UA
    
    EK235-172436/B
    Werk(cw), Janet
    Telephone No. - (613) 998-3968 
    janet.werk@pwgsc-tpsgc.gc.ca and TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca 
    
    Summary
    
    The Contractor must ensure that all the databases containing any information related to the Work are located in Canada. The path of the network traffic from the source to the destination must not exit Canada and must be transmitted using secure file transfer. 
    
    Public Works and Government Services Canada (PWGSC) / Public Services and Procurement Canada (PSPC) requires the services of Contractor for data processing, variable printing, static printing, inserting, mail matching, and supply of envelopes as specified in the Annex "A" Statement of Work, as well as the creation of PDF/UA documents as specified and the distribution of these forms either by mail or transferring the electronic forms for distribution via Canada Post Corporation’s Distribution epost service.
    
    The variable printing and static printing includes various forms such as Direct Deposit Pension Payment Statements, bi-weekly direct deposit payment statements for the RCMP and Statements of Remuneration 
    
    The Contract will be in effect from the date of award of Contract for two (2) years + four (4) months with the irrevocable option to extend the Contract by three (3) additional one (1) year periods.
    
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, and Part 7 - Resulting Contract Clauses of this bid solicitation. 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 (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.   The Bidder must ensure that, as applicable, its subcontractors meet the security requirements for this requirement. It is the Contractor’s responsibility to get approval from the Contract Security Program before awarding a subcontract with security requirements. See link for details. 
    http://www.tpsgc-pwgsc.gc.ca/esc-src/soustraitance-subcontracting-eng.html 
    
    The requirement is subject to the provisions of the Canada Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian goods and/or services.
    
    This procurement is subject to the Comprehensive Land Claims Agreements. Any resulting contract may be used for delivery requirements to locations across Canada, including those within Comprehensive Land Claims Settlement Areas.
    
    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.
     
    Evaluation Procedures
    
    Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.
    
    
    Technical Evaluation 
    
    Mandatory and point rated technical evaluation criteria are included in Annex "F" of this bid solicitation.
    
    Financial Evaluation
    
    The price of the bid will be evaluated in Canadian dollars, all applicable taxes excluded; FOB destination, Canadian customs duties and excise taxes included.
    
    To determine the total evaluated price, the prices submitted in the Annex "B" Basis of Payment of this bid solicitation for the initial period and the option periods will be calculated as specified in the Annex "B" Basis of Payment Excel spreadsheet being distributed through Government Electronic Tender Service (buyandsell.gc.ca).
    
    Basis of Selection - Lowest price per point
    
    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. 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 464 points. 
    
    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.
    
    3. In the event of a tie score, the Bidder with the highest technical score 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    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.

    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: