SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Saturday, May 17 from 8:00 pm until 11:59 pm (EDT) 

PASSPORT PROGRAM PHOTOCARDS

Solicitation number BPPT1-130343/A

Publication date

Closing date and time 2014/05/06 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: 
    CITIZENSHIP AND IMMIGRATION CANADA - PASSPORT PROGRAM PHOTOCARDS
    
    BPPT1-130343/A
    Contact: Ms. Josette Richard
    Telephone: 613-990-3814
    Fax: 613-993-2581
    Email: josette.richard@pwgsc.gc.ca
    
    Summary:
    The Passport Program which is under the Department of
    Citizenship and Immigration Canada has a requirement for the
    production, storage and delivery of various custom die-cut
    photocards with serial numbering and barcodes.  There may be
    also a requirement for the redesign of the photocard format by
    the Contractor during the contract period.
    
    The Contract will be from contract award till March 31, 2015
    inclusive, with the option to extend the Contract by up to three
    (3) additional one (1) year period.
    
    Bidders must provide a list of names of all individuals who are
    currently directors of the Bidder or other related information
    as needed, pursuant to section 01 of Standard Instructions 2003.
    
    There is a Federal Contractors Program (FCP) for employment
    equity requirement associated with this procurement; see Part 5
    - Certifications, Part 6 - Resulting Contract Clauses and the
    annex named Federal Contractors Program for Employment Equity -
    Certification.
    
    The requirement is limited to Canadian goods and/or services.
    
    Scope:
    The Contractor must provide CIC-Passport Program with the
    following:
    
    - Supply all raw materials to produce the photocards in a
    semi-finished (without barcodes and serial numbers) and a
    finished state (barcodes and serial numbers added at time of
    order).  
    - Design and composition of photocards.
    - Provide proofs prior to production of photocards.
    - Produce (print, custom die-cut, apply polyester photo pouches
    as specified) and store the semi-finished photocards until
    overprinting (barcodes and serial numbers) and distribution is
    required.
    - At the time of order placement, overprint barcodes and serial
    numbering on photocards, in black text, as mentioned in article
    3.6 - SPECIFICATIONS in Annexe A - Statement of Work, of the
    Request for Proposal
    - Pick, pack and deliver finished photocards as per the order
    received.
    - Warehouse semi-finished products.
    - Provide an internet based ordering system to deliver finished
    photocards to multiple locations across Canada.
    - Provide a backup plan to support the internet based ordering
    system.
    
    Description of Photocards:
    There are currently four (4) different photocards (PPT 195, 362,
    364 and 365) in circulation. All photocards are designed to
    allow passport applicant photos (front and back) to be easily
    scanned and include a die-cut window for photos, two (2) photo
    pouches.
    
    The photocards (PPT 362,364 and 365) are stocked in a
    semi-finished state by the Contractor. These include an
    additional barcode and man readable equivalents printed on the
    document.  Once an order is placed for distribution and
    delivery, these photocards, (PPT 362,364 and 365) are
    overprinted with a barcode and man readable equivalent.
    
    
    
    Mandatory Technical Criteria
    
    The following definitions apply for the purposes of the
    Mandatory Criterion M.1
    
    "Large volume" means a minimum of 1,000,000 forms printed and
    finished in a single production run.
    
    "Non-standard flat/business forms" means custom printed flat
    forms or business forms with specialty finishing such as
    die-cutting or other custom finishing. This does not include the
    printing and finishing of standard letterhead, stationary, kit
    folders or other die-cut folders and die-cut covers for
    publications/reports. It does not include flat forms or other
    loose leaf products requiring only standard four (4) way
    trimming or drilling holes.
    
    "External client(s)" means clients exterior to the Bidder's own
    legal entity (or joint venture partnership) and excludes the
    parent, subsidiaries or other affiliates of the Bidder.
    
    "Internal client(s)" means clients within the Bidder's own legal
    entity (or joint venture partnership) and includes the parent,
    subsidiaries and other affiliates of the Bidder.
    
    M.1	Corporate Experience and Capability
    The Bidder must demonstrate that it has been contractually bound
    to an external client or to external  clients (outside of the
    Bidder's own company) for a contract or contract(s) to provide
    the services as described in Annex A - Statement of Work.
    
    This contract or these contracts must have been undertaken or
    completed within the last five (5) years prior to the closing
    date of this RFP.
    
    During the evaluation no corporate experience gained through
    internal clients will be accepted or reviewed.
    
    This contract or these contracts (when combined) must include
    all of the following services (M.1.a- M.1.i):
    
    M.1.a	Printing and finishing (i.e. die-cutting, glueing,
    binding, etc.) of large volumes of non-standard flat/business
    forms as defined for M.1
    M.1.b 	Printing barcodes and man readable equivalents on forms;
    M.1.c 	Warehousing of printed flat forms, business forms or
    printed publications;
    M.1.d 	Inventory reporting;
    M.1.e 	Ordering by the Client using the Bidder's internet based
    ordering system;
    M.1.f 	Order activity reporting and order tracking;
    M.1.g 	Order fulfillment;
    M.1.h 	Preparation for distribution/delivery;
    M.1.i 	Delivery to destination(s).
    
    Response Format:
    
    For each contract the Bidder must provide the following
    information:
    
    - As applicable to the contract, a description of the required
    services (M.1.a, - M.1.i) provided to the client(s) as specified
    to meet M.1;
    - The start date and completion date of the contract for which
    the services were provided (example: March 2008 - December 2009
    or April 10, 2010 to February 13, 2013 or March 2008 to present;
    - Client information for the Contract.
    
    
    
    
    
    M.2   	Business Continuity Plan
    
    The Bidder must provide a Business Continuity Plan (BCP)
    detailing how it will maintain production, supply and delivery
    of CIC-Passport Program Photocards during events that would
    negatively impact the Bidder's normal operations. 
    
    The BCP must provide details to demonstrate how the Bidder will
    maintain the production, supply and delivery of Passport
    Photocards to meet CIC-Passport Program requirements for each of
    the following activities (M.2.a - M.2.g) as specified in the
    Annex A - Statement of Work:
    
    M.2.a	Internet based ordering;
    M.2.b	Order tracking;
    M.2.c	Finishing of photo-cards (die-cutting and application of
    photo pouch)
    M.2.d	Printing semi-finished Passport photocards; 
    M.2.e	Warehousing;
    M.2.f	Overprinting; and
    M.2.g	Inventory management and reporting
    	
    	
    M.3	Bidder's Internet Ordering System
    
    The Bidder must provide a description of the Bidder's current
    internet ordering system. The description must demonstrate how
    the Bidder's existing internet ordering system will provide all
    of the following (M.3.a - M.3.g below) to meet the requirements
    of the Statement of Work. 
    
    M.3.a	Internet based ordering by clients for order fulfillment; 
    M.3.b	Password login features for individual clients; 
    M.3.c	Address selection from a pre-established list;
    M.3.d	Order tracking number generation;
    M.3.e	Order status tracking;
    M.3.f	Up-to-date order reporting; and
    M.3.g	Available inventory for ordering.
    
    Basis of Selection:
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive. The responsive bid with the lowest
    evaluated price 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

    • Agreement on Internal Trade (AIT)

    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
    Richard, Josette
    Phone
    (613) 990-3814 ( )
    Fax
    (613) 993-2581
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Citizenship and Immigration 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
    Lowest Price

    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: