Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Graphic Design NMSO

Solicitation number EN578-171581/C

Publication date

Closing date and time 2019/03/14 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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Graphic Design NMSO
    
    EN578-171581/C
    MPACE(CX)
    
    E-mail:TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca
    
    ------------------------------------------------------------------------
    
    Amendment 2
    This amendment is raised to revise the closing date of the Request for Standing Offers
    
     ------------------------------------------------------------------------
    
    Amendment 1
    This amendment is raised to revise the Request for Standing Offers
    
    
    ------------------------------------------------------------------------
    
    
    The Government of Canada requires the provision of a full range of graphic design services including printed and imprinted design, digital design, and exhibit and display design to meet the needs of the Government of Canada on an "as and when requested basis".
    
    These services will be provided to any Government of Canada department, agency or Crown corporation listed in Schedules I, I.1, II, and III of the Financial Administration Act, R.S., 1985, c. F-11 and any other identified users added to the Standing Offer through amendment. This may include Provinces, Territorial Governments. As a result of this competitive process, Public Works and Government Services Canada (PWGSC) will authorize National Master Standing Offers (NMSOs). 
    
    Standing Offers are offers from potential Offerors to provide services at prearranged prices, under set terms and conditions, on an "as and when requested basis".  No contract exists until a call-up against a Standing Offer is issued by the Identified User specified herein.  Individual call-ups against this NMSO cannot exceed $25,000.00. (applicable taxes included)
    
    PWGSC anticipates issuing Standing Offers to all fully qualified non-Aboriginal Offerors, and all fully qualified Offerors under the Set-Aside Program for Aboriginal Business for each Category of service.  
    
    Two (2) lists of qualified Offerors (one for Non-Aboriginal and Aboriginal firms, and another for solely Aboriginal firms) will be established for the provision of printed and imprinted design, digital design, and exhibit and display design services.
    
    If the Offeror is either a joint venture consisting of two or more Aboriginal businesses or a joint venture between an Aboriginal business and a non-Aboriginal business, the Offeror will only be considered for both lists if the Offeror meets all of the conditions of the Set Aside Program for Aboriginal Business and none of the firms in the joint venture have also submitted an offer as a single entity.
    
    The period for making call-ups against the Standing Offer is from April 1, 2019 to March 31, 2020. If the Standing Offer is authorized for use beyond the initial period, the Offeror Agrees to extend its offer for two (2) additional two (2) year periods, under the same conditions and at the same rates specified in the Standing Offer.
    The scope of the services covered by the Standing Offers are detailed in the attached Annex "A" - Statement of Work.
    
    Offerors must submit a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2006.
    
    The requirement is limited to Canadian goods and/or services.
    LIMITATION OF CALL-UPS:
    
    Individual call-ups against the Standing Offer must not exceed $25,000.00 (Goods and Services Tax or Harmonized Sales Tax included).
    MANDATORY REQUIREMENTS:
    
    M.1 Evaluation criteria - Experience of the Offeror
    
    For each category for which the Offeror is submitting an offer, the Offeror must provide a description of the graphic design services for two (2) projects. These two (2) projects must have been provided by the Offeror to external clients after September 1, 2016. 
    
    The Offeror must clearly identify for which category or categories (i.e. Category 1:, Category 2: and Category 3:), each of the projects are being submitted for.
    
    Each of the project descriptions must include:
    - A description of the services provided by the Offeror;
    - The date that the services were provided by the Offeror (including month and year);
    - The name of the client organization.
    
    M.2 Evaluation criteria - Environmental Considerations
    
    The Offeror must provide a proposed company environmental plan (including environmental measures to be undertaken in office operations).
    
    BASIS OF SELECTION:
    
    An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria of the applicable category to be declared responsive. 
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    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
    MPACE(CX), MIACE
    Phone
    (613) - ( )
    Email
    TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    French
    19
    002
    English
    60
    001
    French
    17
    001
    English
    79
    000
    French
    43
    000
    English
    247

    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
    Highest Combined Rating of Technical Merit and 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: