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)  

Finance Project

Solicitation number 60074-171899/A

Publication date

Closing date and time 2018/02/12 14:00 EST

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: 
    
    FINANCE PROJECT
    
    60074-171899/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 Department of Finance (FIN) requires printing services for the Finance Project and associated documents in both English and French. The Period of the Contract will be from date of award to April
    18, 2018. 
    
    Complete production to final format and delivery of completed quantities to the final destination(s) in Ottawa must be completed within 36 hours.
    
    Estimated quantities and technical specifications, including logistic requirements, are provided in the Annex “A” Statement of Work and the Annex “B” Basis of Payment.  Note that the Finance Project and associated documents will be printed in either black OR colour, which will be determined prior to the print run.
    
    The actual number of documents is not finalized at this time and may vary. The actual number of pages and quantities are not finalized at this time and may increase or decrease depending on final page counts and run lengths. It is anticipated that there will be some variation (+ or - 15%) in the number of pages or print run.
    
    The Finance Project may take place over a weekend and/or a statutory holiday. 
    
    Regardless of the dates of production, the Contractor must provide all required resources and services to meet the confirmed production, distribution and delivery schedule for the complete quantities specified by the Finance Canada Project Authority. 
    
    In order to provide the necessary access to the Bidder’s facilities for last-minute changes, to maintain security surveillance and to ensure timely delivery of documents, it is essential that the Bidder’s production facilities be within a 100 kilometre radius of downtown Ottawa.
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian goods and/or services.
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation for bid submission.  Bidders must refer to Part 2 of the bid solicitation entitled Instructions to bidders for further information.
    
    Mandatory Criteria 
    
    M.1  Corporate Experience - Perfect Binding
    
    M.1.1.  The Bidder must demonstrate that it has been contractually bound to an external client (outside of the Bidder’s own company) for a contract to provide the printing and finishing of a minimum of 6,000 perfect bound publications constructed with a minimum of 500 text pages (250 sheets).
    
    M.1.1.a The Bidder must provide the following information for the Contract:
    
    i. The Client information; 
    ii. A description of each of the perfect bound publications produced under the Contract. 
    iii. The number of pages
    iv. The total quantity produced
    
    M.1.2 This contract must have been started or completed on or after February 1, 2011.
    
    M.1.2.a The Bidder must provide the following information for the Contract:
    
    i. The Contract start date or end date;
    ii. A copy of the invoice(s) presented to the Client for the requirement.
    
    M.1.3 This contract must include all of the following services:
    
    i. Printing and finishing (i.e. collating, binding, trimming, etc.) of perfect bound publications to final format;
    ii. Preparation for distribution/delivery;
    iii. Delivery to destination(s).
    
    M.1.3.a The Bidder must provide a description of the services provided for the contract.
    
    
    During the evaluation no corporate experience gained through internal clients will be accepted or reviewed.
    
    M.2  Capability of the Bidder and the Back-up Faciltiy to Produce the Finance Project Documents as specified in the Annex “A” Statement of Work
    
    M.2.1 The Bidder must confirm in writing that it has the capability to produce all of the Finance Project documents and the optional the Finance Project documents to final format for delivery in the timelines specified in the Annex “”A” Statement of Work.
    
    M.2.1.a To demonstrate that the Bidder has the required equipment and production capacity to produce the Finance Project documents, the Bidder must complete all of the production information as specified in the Annex “D” Plant Capacity grid of this solicitation. The Bidder must attach the completed Annex “D” Plant Capacity grid with its proposal.
    
    M.2.2 The Bidder must confirm in writing that the proposed back-up facility has the capability to produce all of the Finance Project documents and the optional Finance Project documents to final format for delivery in the timelines specified in the Annex “”A” Statement of Work if required.
    
    M.2.2.a. To demonstrate that the proposed back-up facility has the required equipment and production capacity to produce the Finance Project documents, the Bidder must complete all of the production information as specified in the Annex “D” Plant Capacity grid of this solicitation. The Bidder must attach the completed Annex “D” Plant Capacity grid with its proposal.
    
    
    M.2.3 The completed Annex “D” Plant Capacity grid must demonstrate that the Bidder’s equipment and the Back-up facility’s equipment can meet the following technical requirements:
    
    i. Printing of a minimum of 300,000 impressions in black within 10 hours.
    ii. Printing of a minimum of 300,000 impressions in colour within 10 hours.
    iii. Folding of a minimum of 50,000 signatures (8 - 32 pages per signature to meet the Finance project document requirements) within 10 hours
    iv. Spiral Binding of 100 booklets per hour
    v. Perfect binding of 5,000 booklets per hour
    vi. Saddle-stitch of a minimum of 1,500 per hour
    
    Proposals that do not demonstrate that the Bidder’s equipment can meet the technical requirements specified in M.2.3 (i - vi) will be considered non-responsive and will be given no further consideration. 
    
    M.3  “Lock-Down” security requirements and the “IT and Communications” security requirements as specified in Annex “C”
    
    M.3.1 The Bidder must confirm in writing that it will meet the “Lock-Down” security requirements and the “IT and Communications” security requirements as specified in Annex “C” of this solicitation. 
    
    M.3.1.a The Bidder must provide all of the required information and documentation as specified in the M.3.1.a Print Plant Pre-Contract Security Checklist - EVALUATION GRID BIDDER’S FACILITY included in Annex “F” of this solicitation.
    
    M.3.1.b  The information and documentation provided will be verified during an on-site visit by the Finance Canada at the Bidder’s facility as a part of the evaluation process and before contract award.  The PWGSC Contracting Authority will provide the Bidder written notification 24 hours before the required visit to the Bidder’s facility for evaluation purposes.
    
    
    M.3.2 The Bidder must confirm in writing that the proposed back-up facility will meet the “Lock-Down” security requirements.
    
    M.3.2.a The Bidder must provide all of the required information and documentation as specified in the M.3.2.a Print Plant Pre-Contract Security Checklist - EVALUATION GRID BACK-UP FACILITY included in Annex “F” of this solicitation.
    
    M.3.2.b  The information and documentation provided will be verified during an on-site visit by Finance Canada at the Bidder’s identified Back-up facility as a part of the evaluation process and before contract award.  The PWGSC Contracting Authority will provide the Bidder written notification 24 hours before the required visit to the Bidder’s identified Back-up facility for evaluation purposes.
    
    M.4  Business Continuity Plan
    
    M.4.1 The Bidder must provide a Business Continuity Plan (BCP) detailing how it will maintain production, supply and delivery of the Finance Project documents during events that would negatively impact the Bidder’s operations.
    
    M.4.1.a The BCP must provide details to demonstrate how the Bidder will maintain each of the following activities (i - iv) to meet Finance Canada requirements as specified in the Annex “A” Statement of Work for the production of the Finance Project during events in the event that the Bidder’s operations are impacted: 
    
    i. Pre-press and Proofing; 
    ii. Printing operations;
    iii. Finishing (collating, binding, and trimming) 
    iv. Shipping activities and delivery to destination.
    
    M.4.2 The Bidder must provide details to demonstrate how the Bidder will ensure that the security level is maintained for each of the activities listed in M.4.1.a (i - iv) to meet the security requirements as specified in Part 7 and in Annex “C”. 
    
    M.4.2.a  For each of the activities listed in M.4.1.a (i - iv): the Bidder must identify all of the Bidder’s facility where work will be carried out and the security level granted of each facility.
    
    M.4.2.b  For each of the activities listed in M.4.1.a (i - iv): the Bidder must identify all back-up facility where work will be carried out in the event that the Bidder’s normal operations are impacted. 
    
    M.4.2.c  For each of the activities listed in M.4.1.a (i - iv): the Bidder must provide the full addresses of the proposed back-up facility (sites or premises) where work will be carried out in the event that the Bidder’s normal operations are impacted. 
    
    Street Number / Street Name, Unit / Suite / Apartment Number 
    City, Province, Territory / State
    Postal Code / Zip Code
    Country
    
    M.4.2.d  The Bidder provide the name of all individuals who will require access to classified or protected information, assets and sensitive work sites at all back-up facility where work will be carried out in the event that the Bidder’s normal operations are impacted.
    
    M.4.3 The Bidder must provide confirmation in writing from the proposed back-up facility(ies), indicating that the identified Back-up facility is available and will meet the requirements of the Finance Project if required due to an interruption in the Bidder’s normal operations.
    
    M.5 Environmental Considerations
    
    M.5.1 The Bidder must confirm in writing that the proposed text paper to be used for the printing of the finance project documents as specified in the Annex “A: Statement of Work is recycled and uses fibre originating from a sustainably-managed forest certified to a third-party verified forest certification standard such as the Forestry Stewardship Council (FSC), Sustainable Forestry Initiative (SFI) or the Canadian Standards Association Sustainable Forest Management Standard (CSA/SFMS).
    
    M.5.2 The Bidder must provide the following information for the proposed paper stock:
    
    a. The Recycled content of the paper;
    b. The third party certification (FSC, SGI, etc…)
    c. The Brand name of the paper
    
    Bidders MUST meet all the mandatory requirements of the RFP. Bids not meeting all the mandatory requirements will be given no further consideration. 
    
    Financial Evaluation
    
    The price of the bid 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
    
    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
    Department of Finance
    Address
    90 Elgin Street
    Ottawa, Ontario, K1A0G5
    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
    003
    English
    11
    003
    French
    2
    002
    English
    7
    English
    5
    French
    0
    002
    French
    2
    001
    English
    10
    001
    French
    2
    000
    English
    28
    English
    11
    000
    French
    8
    French
    3

    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: