SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

CSPS - Course materials

Solicitation number 0X001-170683/A

Publication date

Closing date and time 2017/10/25 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: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    CSPS - COURSE MATERIALS
    
    0X001-170683/A
    Buck, Daniel
    Telephone No. - (613) 998-8582
    Fax No. - (613) 991-5870
    E-mail: daniel.buck@pwgsc-tpsgc.gc.ca
    
    NATURE OF REQUIREMENT
    
    The Canada School of the Public Service (CSPS), National Capital Region, requires the on-demand production of various spiral-bound course materials in black only and colour, along with loose sheet inserts, handouts and larger wide-format posters on an “if and when” required basis.
    
    The Contract will be in effect for a period of one year (1) from the date of award of Contract with the irrevocable option to extend the Contract by two (2) additional one (1) year periods.
    
    Each time that a course is scheduled, the Project Authority (as indicated in the Work Request) will request between five (5) and one hundred and fifty (150) copies of the course material depending on the number of students.  There is one (1) delivery point for the printed course materials: Asticou Centre, 241 Cité des Jeunes Blvd, Gatineau, QC
    
    Based on historical data, the 2016-2017 yearly volume related to the courses offered by the CSPS offices in the National Capital Region, is approximately 2,500,000 impressions per year, which produces manuals of as little as 30 impressions for one manual to 700 impressions for the largest ones.  This number does not represent a firm commitment that the same quantities will be produced under this Contract and is to serve only as a historical basis for evaluation.
    
    There will be two (2) levels of services applicable, Regular Service and Rush Service.  
    
    The requirement is not subject to any security requirements.
    
    The requirement is limited to Canadian goods and/or services.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    Mandatory Criteria 
    
    M.1   CORPORATE EXPERIENCE
    M.1.1: The Bidder must demonstrate that it has been contractually bound to an external client (outside of the Bidder's own company) or to external clients* for two (2) separate contracts to provide printing and production to final format of bound manuals/publications and delivery to the destination address or addresses specified by the Client. 
    
    M.1.1.a  The Bidder must provide the reference number or the contract number for each of the two (2) contracts.
    M.1.1.b  The Bidder must provide the Client information (example: client organization) for each of the two (2) contracts.
    M.1.1.c   The Bidder must provide a description of each of the bound publication(s)/manual(s) provided by the Bidder under each of the two (2) contracts. The description must include the printing, binding, and delivery requirements for each of the bound publication(s)/manual(s) provided by the Bidder under each of the two (2) contracts.
    M.1.2: The two (2) separate contracts identified for M.1.1 must have been started or completed after 
    April 01, 2012
    M.1.2.a  The Bidder must provide the start date or the completion date of each of the two (2) contracts identified for M.1.1 to demonstrate that the contracts were started or completed after April 01, 2012;
    
    M.1.3: At least one (1) of the two (2) contracts identified for M.1.1 must have also been for the production of multiple (a minimum of two [2] different) spiral bound or cerlox bound manuals/publications under the one (1) contract and for delivery on different dates as requested by the Client.
    
    M.1.3.a  The Bidder must provide a description of the binding requirements for each of the manuals/publications produced by the Bidder for each of the two (2) contracts identified for M.1.1;
    M.1.3.b  The Bidder must provide the number of different bound manuals/publications produced by the Bidder for each of the two (2) contracts identified for M.1.1;
    M1.3.c: The Bidder must provide the delivery dates (month and year) for each of the bound manuals/publications produced by the Bidder for each of the two (2) contracts identified for M.1.1.
    M.1.4: At least one (1) of the two (2) contracts identified for M.1.1 to provide printing and production to final format of bound manuals/publications must have included the printing/reproduction of covers in multiple colours for the manuals/publications.
    
    M.1.4.a  For each of the two (2) contracts identified for M.1.1, the Bidder must provide a description of the printing requirements (including the number of ink colours) for the covers of each of the publication(s)/manual(s) provided by the Bidder.
    M.1.5: At least one (1) of the two (2) contracts identified for M.1.1 to provide printing and production to final format of bound manuals/publications must have included the printing/reproduction of a minimum of 300 impressions/pages (a minimum of 150 sheets printed on two [2] sides or 300 sheets printed on one [1] side only) + covers for one (1) of the described manuals/publications.
    
    M.1.5.a  For each of the two (2) contracts identified for M.1.1, the Bidder must provide the number of sheets printed on one (1) and/or two (2) sides for each of the publication(s)/manual(s) provided by the Bidder for each of the two (2) contracts identified for M.1.1.
    M.1.6: At least one (1) of the two (2) contracts identified for M.1.1 to provide printing and production to final format of bound manuals/publications must have included a requirement for the Contractor to receive supplied components for printing electronically via e-mail or the Bidder’s FTP/ electronic drop box.
    
    M.1.6.a  For each of the two (2) contracts identified for M.1.1, the Bidder must provide a description of the requirements for the reception of electronic components from the Client for the publication(s)/manual(s) to be produced.
    *During the evaluation no corporate experience gained through internal clients will be accepted or reviewed.
    PROPOSALS NOT MEETING ALL OF THE MANDATORY REQUIREMENTS WILL BE CONSIDERED NON RESPONSIVE AND GIVEN NO FURTHER CONSIDERATION.
    
    
    
    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.
    
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Buck(CW Div.), Daniel
    Phone
    (613) 998-8582 ( )
    Email
    daniel.buck@tpsgc-pwgsc.gc.ca
    Fax
    (613) 991-5870
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Canada School of Public Service
    Address
    373 Sussex Dr
    Ottawa, Ontario, K1N6Z2
    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest 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: