PENSION & INSURANCE BENEFIT

Solicitation number EK235-122756/A

Publication date

Closing date and time 2012/08/21 14:00 EDT

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: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    PENSION & INSURANCE BENEFIT STATEMENTS
    
    EK235-122756/A
    Hooles, Norah
    Telephone No.-613-949-7247
    
    The Public Works and Government Services Canada (PWGSC) in
    partnership with the Treasury Board Secretariat (TBS) has a
    requirement to produce and deliver Pension and Benefits
    Statements (PBS) to all Public Servants located in approximately
    537 destinations across Canada.  
    
    There are four (4) versions for the Statement.  Following the
    provision of the electronic data file to the Contractor, the
    distribution of the statements will be required to be performed
    in multiple batches.  All versions must be delivered within six
    (6) weeks after receipt of the electronic file provided to the
    Contractor.
    
    The period of the Contract is from award of Contract to
    September 30, 2013 with the irrovocable option to extend the
    period of the Contract for two (2) periods of one (1) year each.
    
    There is a security requirement associated with this
    requirement. For additional information, consult Part 6 -
    Security Requirement, and Part 7 - Resulting Contract Clauses.
    Proponents should consult the "Security Requirements for PWGSC
    Bid Solicitations - Instructions for Bidders
    (http://www.tpsgc-pwgsc.gc.ca /app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents Web
    site.
    
    Pursuant to section 01 of Standard Instructions 2003 and 2004, a
    Consent to a Criminal Record Verification form, MUST BE
    SUBMITTED WITH THE BID, by the bid solicitation closing date,
    for each individual who is currently on the Bidder's Board of
    Directors.
    Http://www.tpsgc-pwgsc.gc.ca/app-acq/forms/formulaires-forms-eng.
    html
    
    M.1	      Corporate Experience
    
    The Bidder must must demonstrate that he has been contractually
    bound to provide services as specified in the Annex "A"
    Statement of Work.  
    To demonstrate the corporate experience the Bidder must provide
    the descriptions for two (2) different contracts of similar
    complexity which comprise of ALL the following activities in the
    last five (5) calendar years (January-December) since August 31,
    2007
    
    Definition
    "Similar variety and complexity" is defined as a contract
    involving the following activities:
    Data processing - a minimum of 100,000 records with 40 fields
    per record
    Offset printing - a minimum of 100,000 offset printing pieces
    Variable printing - a minimum of three (3) variable printed and
    matched pages
    Insertions - a minimum of one (1) insertion in addition to the
    variable data printed.
    Distribution - a minimum of 400 destinations
    
    M.2	Contractor's Project Manager
    
    The Bidder must identify the individual and their position
    within the Bidder's company who will act as the Project Manager
    to manage the implementation and on-going provision of the
    required services during the period of the Contract.The Project
    Manager must demonstrate experience in the last five (5)
    calendar years, since June 2008, managing similar contracts with
    the following requirements (not necessarily all in the same
    contract),
    
    
    
    M.3	Business Continuity Plan (BCP)
    
    Bidders must provide a Business Continuity Plan (BCP) that
    clearly demonstrates their capability to maintain the printing,
    production and shipping of the Pension Statements as described
    in the Annex A Statement of Work.The BCP must address all of the
    following factors and demonstrate how the bidder can maintain
    the required service standards in the event of mechanical
    breakdown, system failures, service outages and natural
    disasters:
    M.3.1  	Production Facility
    M.3.2	Printing and Production Equipment
    
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    The requirement is limited to Canadian goods and/or 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
    Hooles, Norah
    Phone
    (613) 949-7247 ( )
    Fax
    (613) 993-2581
    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.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia
    ,
    Quebec (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.