File Folder

Solicitation number 5Z011-180002/B

Publication date

Closing date and time 2017/10/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    FILE FOLDERS
    
    5Z011-180002/B
    Buck, Daniel
    Telephone No. - (613) 998-8582
    Fax No. - (613) 991-5870
    E-mail: daniel.buck@pwgsc-tpsgc.gc.ca
    
    NATURE OF REQUIREMENT
    
    Library and Archives Canada (LAC) has a requirement for the custom fabrication of three (3) different types of file folders on an “if and when required basis”.
    
    The Offeror must construct folders to final format in accordance with the supplied artwork, approved proofs and specifications, and deliver folders as per the delivery schedule for each call-up.
    
    The period of the Standing Offer will be from issuance to March 31, 2019, with the option to extend it by five (5) one (1) year periods. 
    
    The requirement is subject to the Canadian Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian goods and/or services.
    
    The Request for Standing Offers (RFSO) is to establish National Individual Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs).  Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers.
    
    Mandatory Criteria 
    
    
    M.1 CORPORATE EXPERIENCE AND CAPABILITY
    
    The Offeror must demonstrate that it has been contractually bound with two (2) different external clients to manufacture and supply archival file folders with scores for expansion, die cutting, and expansion gussets. 
    
    M.1.a Each of the two (2) contracts must have been started or completed after March 31, 2012. 
    
    M.1.a.1 For each of the two (2) contracts, the Offeror must provide the Client contact information.
    M.1.a.2 For each of the two (2) contracts, the Offeror must provide the contract start or end date.
    
    M.1.b. Each of the two (2) contracts must have been for the manufacture and supply of archival file folders constructed with scores for expansion and die cutting.
    
    M.1.b.1 For each of the two (2) Contracts, the Offeror must provide a description of the folder(s) to demonstrate that the folders meet M.1.b. The description must also provide details to describe: 
    
    i. the requirements for the die-cutting of the folders (for example: tabs or round corners); 
    ii. the requirements for the scoring of the folders for expansion; and
    iii. a description of the acid and lignin-free archival card stock used used to meet the requirements for long-term archival storage.
    
    M.1.c. At least one (1) of the two (2) contracts must have also included a requirement for the archival folders described in M.1.b to be constructed with expansion gussets on three (3) sides. 
    
    M.1.c.1 For the one (1) contract, the Offeror must provide a description of the required expansion gussets of the folders described in M.1.b.
    
    
    M.1.d The invoice, production docket or contract (or copy of) presented to the Client. 
    
    M.1.d.1 For each of the two (2) contracts the Offeror must provide a copy of the invoice, production docket or contract for the described folders.
    *During the evaluation no corporate experience gained through internal clients will be accepted or reviewed.
    
    OFFERS NOT MEETING ALL OF THE MANDATORY REQUIREMENTS WILL BE CONSIDERED NON-RESPONSIVE AND GIVEN NO FURTHER CONSIDERATION. 
    
    
    Financial Evaluation
    
    The price of the offer will be evaluated in Canadian dollars, Applicable Taxes excluded, FOB destination, Canadian customs duties and excise taxes included.
    
    The Financial Evaluation will be based on the total evaluated price of the financial proposal using the Excel spreadsheet.
    
    To determine the total evaluated price, the all-inclusive prices and rates submitted in the Annex “B”: Basis of Payment will be multiplied and when specified divided by the corresponding quantities for evaluation, and then added together to obtain the total evaluated price as specified in the Annex “B”: Basis of Payment Excel spreadsheet being distributed through Government Electronic Tendering Service (BuyandSell.gc.ca).
    
    
    Basis of Selection
    
    An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a standing offer.
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Library and Archives Canada
    Address
    395 Wellington Street
    Ottawa, Ontario, K1A 0N4
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    English
    8
    002
    French
    2
    001
    English
    10
    001
    French
    2
    000
    English
    34
    English
    13
    French
    3
    000
    French
    7

    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 – Open Bidding
    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: