PRINTING SERVICES

Solicitation number EN578-121812/B

Publication date

Closing date and time 2013/06/26 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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    REQUEST FOR SUPPLY ARRANGEMENT (RFSA) - FOR COMMERCIAL PRINTING
    SERVICES
    
    EN578-121812/B
    Salter(CW Div.), Rebecca
    Telephone - (613) 990-3140
    E-mail:  rebecca.salter@pwgsc-tpsgc.gc.ca
    
    CANADA EXPECTS TO AUTHORIZE SUPPLY ARRANGEMENTS FOR REQUIREMENTS
    ORIGINATING IN THE NATIONAL CAPITAL REGION WITH ALL ABORIGINAL
    AND NON-ABORIGINAL BIDDERS THAT ARE DEEMED RESPONSIVE TO THE
    RFSA.  
    
    SUMMARY
    
    The term Commercial Offset printing refers to the general
    information and marketing printed products produced by
    departments and includes such products as loose leaf
    publications, bound publications and speciality single sheet
    products.
    
    It does not include the following print services: Distribution
    List Management; Variable Imaging; Document Management and Print
    on Demand; Order Fulfillment/Warehousing; Graphic Design; or
    Reprographics. 
    
    All Supply Arrangements issued as result of this solicitation
    will be valid until such time as Canada no longer considers it
    to be advantageous to use it.
    
    The Communication Procurement Directorate (CPD) of Public Works
    and Government Services Canada (PWGSC) will post, on an on-going
    basis, a Request for Supply Arrangement on the Government
    Electronic Tendering System.  This RFSA will permit additional
    suppliers to submit proposals and potentially become Supply
    Arrangement (SA) holders.  New compliant suppliers will be
    issued SAs and their names will be added to the existing SA
    holder list.  Suppliers having submitted an unsuccessful
    arrangement will be subject to a ninety (90) day waiting period
    before another arrangement will be evaluated by CPD.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    The requirement covered by the bid solicitation of any resulting
    supply arrangement may be limited to Canadian goods and/or
    services.
    
    Suppliers must provide a complete list of names, or other
    related information, as needed, pursuant to section 01 of
    Standard Instructions 2008.
    
    The requirement covered by the bid solicitation of any resulting
    supply arrangement may be set aside for Aboriginal business
    under the federal government's Procurement Strategy for
    Aboriginal Business, as detailed in Annex 9.4 Requirements for
    the Set-aside Program for Aboriginal Business, of the Supply
    Manual.
    
    This Supply Arrangement is for deliveries all across Canada
    including Comprehensive Land Claims Settlement areas (CLCSA). - 
    All Comprehensive Land Claims Agreements (CLCA) apply.  The
    obligations under specific CLCAs will be met at the individual
    solicitation stage for requirements that include delivery within
    a CLCA area.
    
    REQUIRED SERVICES
    
    This is a request for Supply Arrangement (RFSA) for the supply
    of Commercial printing, reprographics/duplicating and related
    services for use by all federal departments and agencies listed
    in schedules I through III of the Financial Administration Act
    located within the National Capital Region (NCR), on an as and
    when requested basis.
    
    The supply arrangements will cover the following products:
    
    Category 1 - Loose sheet products
    
    Category 2 - Bound publications 
    
    Category 3 - Specialty single sheet products
    
    Category 4 - Other types of related printed products, binding
    and reproduction of CDRoms (of publications being printed)
    
    Category 5 - Group C ONLY - Personalization of certificates and
    similar printed products
    
    Category 6 - Reproduction of publications and other print matter
    on electronic media from supplied master or hard copy documents
    
    Security Requirement
    
    There are no Mandatory Security Requirements required to qualify
    for this Request for Supply Arrangement. 
    
    Once a Supply Arrangement is in place, it is anticipated that
    most contracts will not have a security requirement.  However,
    for a contract that requires a security requirement, only
    Suppliers holding a valid security clearance at the required
    level will be considered.
    
    Suppliers are requested to provide their current level of
    Security Clearance with their arrangement as detailed in Annex B
    - Corporate Profile.
    
    There are two levels of security clearance:
    
    Level 1: Personnel - Reliability Status ; and
    Facility Clearance - Protected B for document safeguarding
    
    Level 2: Personnel - Secret ; and
    Facility Clearance - Secret
    
    MANDATORY TECHNICAL CRITERION FOR GROUP A LOW QUANTITY
    REQUIREMENTS
    
    A-M.1  The Mandatory Technical Criteria with regards to
    Environmental Program Certicication has been removed.  The Rated
    Requirement GE-R.3 has been added to ANNEX D - EVALUATION GRID -
    GENERAL TECHNICAL EVALUATION - ALL GROUPS.
    
    A-M.2  The Supplier must demonstrate that it has been
    contractually bound with three (3) different external clients to
    provide low volume (quantities as defined in Part 1 under the
    heading Key Terms - Group A: Low Quantity) commercial print
    services for at least two (2) individual projects* to each
    client within the last two (2) calendar years  (prior to the
    closing date of this RFSA). 
    
    During the evaluation no corporate experience gained through
    internal clients will be accepted or reviewed.
    
    *"Individual projects" refers to a one time contract or a single
    call-up under a standing offer or supply arrangement for the
    printing and delivery of one or more items to destinations.  It
    does not refer to the overall value of a standing offer or
    supply arrangement.
    
    For each of the six (6) projects (two [2] projects for each of
    the three [3] different clients), the Supplier must provide:
    
    -  the client contact information; 
    -  the project date;
    -  a description of the printing and finishing requirements of
    the item or items;
    -  the quantity completed;
    -  the invoice (or copy of) presented to the client.
    
    
    MANDATORY TECHNICAL CRITERION FOR GROUP B HIGH QUANTITY
    REQUIREMENTS
    
    B-M.1  The Mandatory Technical Criteria with regards to
    Environmental Program Certicication has been removed.  The Rated
    Requirement GE-R.3 has been added to ANNEX D - EVALUATION GRID -
    GENERAL TECHNICAL EVALUATION - ALL GROUPS.
    
    B-M.2  The Supplier must demonstrate that it has been
    contractually bound with three (3) different external clients to
    provide high volume (quantities as defined in Part 1 under the
    heading Key Terms - Group B: High Quantity) commercial print
    services for at least two (2) individual projects* to each
    client  within the last two (2) calendar years (prior to the
    closing date of this RFSA). 
    
    *"Individual projects" refers to a one time contract or a single
    call-up under a standing offer or  supply arrangement for the
    printing and delivery of one or more items to destinations, a
    single contract requiring multiple print runs over a stated
    period of time, a single contract requiring electronic
    cataloguing and storage of files for printing on an as and when
    requested basis over a stated period of time.  It does not refer
    to the overall value of a standing offer or supply arrangement.
    
    For each of the six (6) projects (two [2] projects for each of
    the three [3] different clients), the Supplier must provide:
    
    -  the client contact information;
    -  the project date;
    -  a complete description of the printing and finishing
    requirements of the item or items
    -  the quantity completed;
    -  the invoice (or copy of) presented to the client.
    
    
    MANDATORY TECHNICAL CRITERIA FOR GROUP C:
    REPROGRAPHICS/DUPLICATING REQUIREMENTS
    
    C-M.1  The Mandatory Technical Criteria with regards to
    Environmental Program Certicication has been removed.  The Rated
    Requirement GE-R.3 has been added to ANNEX D - EVALUATION GRID -
    GENERAL TECHNICAL EVALUATION - ALL GROUPS.
    
    C-M.2  The Supplier must demonstrate that it has been
    contractually bound with  three (3) different external clients
    to provide reprographics/duplicating services (quantities as
    defined in Part 1 under the heading Key Terms - Group C:
    Reprographics/Duplicating) for at least two (2) individual
    projects* to each client within the last two (2) calendar years
    (prior to the closing date of this RFSA).  
    
    For each of the six (6) projects (two [2] projects for each of
    the three [3] different clients), the Supplier must provide:
    
    -  the client contact information;
    -  the project date;
    -  a complete description of the printing and finishing
    requirements of the item or items
    -  the quantity completed;
    -  the invoice (or copy of) presented to the client.
    
    
    BASIS OF SELECTION
    
    Group A: Low Quantity Requirements:
    Arrangements meeting the mandatory requirements for Group A,
    achieving a minimum overall score of 64 points on a scale of 80
    points for the General Point Rated Criteria and achieving a
    minimum score of 60 points on a scale of 75 for Group A: Low
    Quantity Requirements will be considered responsive. 
    
    Group B: High Quantity Requirements:
    Arrangements meeting the mandatory requirements for Group B,
    achieving a minimum overall score of 64 points on a scale of 80
    points for the General Point Rated Criteria and achieving a
    minimum score of 108 points on a scale of 135 for Group B: High
    Quantity Requirements will be considered responsive.
    
    Group C: Reprographics/Duplicating Requirements:
    Arrangements meeting the mandatory requirements for Group C,
    achieving a minimum overall score of 64 points on a scale of 80
    points for the General Point Rated Criteria and achieving a
    minimum score of 80 points on a scale of 100 for Group C:
    Reprographics/Duplicating Requirements will be considered
    responsive.
    
    
    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

    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
    Salter(CW Div.), Rebecca
    Phone
    (613) 990-3140 ( )
    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.

    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)
    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: