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)
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 ( )
- Email
- janet.werk@tpsgc-pwgsc.gc.ca
- Address
-
360 Albert St./ 360, rue Albert
12th Floor / 12ième étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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 |
---|---|---|---|---|
ABES.PROD.PW__CW.B020.E74735.EBSU005.PDF | 005 | EN | 12 | |
ABES.PROD.PW__CW.B020.F74735.EBSU005.PDF | 005 | FR | 3 | |
annex_b_ek235-172436-b-amd_2_engprotected.xlsx | EN | 7 | ||
ABES.PROD.PW__CW.B020.E74735.EBSU004.PDF | 004 | EN | 11 | |
ABES.PROD.PW__CW.B020.F74735.EBSU004.PDF | 004 | FR | 1 | |
annex_b_ek235-172436-bamd_1_engprotected.xlsx | EN | 9 | ||
ABES.PROD.PW__CW.B020.E74735.EBSU003.PDF | 003 | EN | 14 | |
annexe_b_ek235-172436-b1_-frprotected.xlsx | FR | 0 | ||
ABES.PROD.PW__CW.B020.F74735.EBSU003.PDF | 003 | FR | 1 | |
ABES.PROD.PW__CW.B020.E74735.EBSU002.PDF | 002 | EN | 14 | |
ABES.PROD.PW__CW.B020.F74735.EBSU002.PDF | 002 | FR | 1 | |
ABES.PROD.PW__CW.B020.E74735.EBSU001.PDF | 001 | EN | 20 | |
ek235-172346b_english_tma.zip | EN | 22 | ||
annex_b_ek235-172346-eng-apr11.xlsx | EN | 18 | ||
annexe_b_ek235-172346-fr-avr11.xlsx | FR | 1 | ||
ek235-172346-b_french_tma.zip | FR | 2 | ||
ABES.PROD.PW__CW.B020.F74735.EBSU001.PDF | 001 | FR | 0 | |
ABES.PROD.PW__CW.B020.E74735.EBSU000.PDF | 000 | EN | 90 | |
ABES.PROD.PW__CW.B020.F74735.EBSU000.PDF | 000 | FR | 7 |
Access the Getting started page for details on how to bid, and more.