Audio Visual Production Services

Solicitation number EN578-190376/B

Publication date

Closing date and time 2019/08/02 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: 
    
    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: 
    Audio Visual Production Services
    
    EN578-190376/B
    
    Genevieve Dubaere, Supply Specialist or delegate 
    Telephone: 613-993-7846
    Email: genevieve.dubaere@tpsgc-pwgsc.gc.ca
    
    
    NATURE OF REQUIREMENT:
    
    The Government of Canada requires the provision of a full range
    of film, video and audio-visual production services.
    
    These services will be provided to the Communication Procurement
    Directorate (CPD) of Public Works and Government Services Canada
    (PWGSC) on behalf of Government of Canada departments and
    agencies listed under Schedules I, I.I, II and III of the
    Financial Administration Act.  As a result of this competitive
    process, PWGSC will authorize Supply Arrangements.  This
    solicitation will also be used to establish a separate list of
    qualified Aboriginal Set-Aside Suppliers under the Set-Aside
    Program for Aboriginal Business (SPAB). 
    
    The period for awarding contracts under the Supply Arrangement
    is from September 1, 2019 to August 31, 2021.
    
    Suppliers must provide a list of names , or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2008.
    
    For services requirements, Suppliers in receipt of a pension or
    a lump sum payment must provide the required information.
    
    The requirement covered by the bid solicitation of any resulting
    supply arrangement may be subject to a preference for Canadian
    goods and/or services or may be limited to Canadian goods and/or
    services.
    
    
    EVALUATION OF PROPOSALS:
    
    To be declared responsive, a supplier must:
    
    a)  comply with all the requirements of the Request for Supply Arrangement (RFSA); and 
    b)  meet all mandatory technical evaluation criteria; and
    c)  obtain the required minimum of 70 percent of the available points for each rated criteria and an overall passing mark of 185 points on a scale of 265 points.
    
    Suppliers not meeting (a) or (b) or (c) above will be declared non-responsive.
    
    All fully responsive suppliers and all fully responsive Aboriginal suppliers will be listed on the general list of Supply Arrangement Holders. An additional list will be created for Aboriginal suppliers only to be utilized when the contract is to be under the Set-Aside Program for Aboriginal Business.
    
    There is no limit to the number of Supply Arrangements which may be put in place.
    
    MANDATORY EVALUATION CRITERIA:
    
    M.1  IDENTIFICATION OF THE FIRM
    The Supplier MUST identify the owners and management of the firm and the legal incorporated name as well as the organizational structure in the submission of their arrangement.
    
    M.2      INTERNET SITE
    
    Suppliers MUST have an Internet site that is accessible by Client Departments and Agencies. The purpose of this Internet site is to provide information on the services available from the supplier and the Supplier’s qualifications to provide those services. Therefore, in order to meet this mandatory requirement, the Supplier MUST provide the active, published Internet address accessible from a Government of Canada computer.
    
    M.3  EXPERIENCE OF THE FIRM (The video production samples will be rated under R.1) 
    
    The Supplier MUST demonstrate its experience by submitting four (4) different video production samples produced and publicly published within the last five (5) years from the closing date of this RFSA. In order to meet this mandatory, the Supplier must provide the active, published site addresses where the videos are publicly published and available for viewing in their entirety. 
    
    The total running time of all of the samples combined MUST not exceed twenty (20) minutes in length. Should the running time of the submitted samples exceed twenty (20) minutes in length, only the first twenty (20) minutes will be evaluated.
    
    The productions MUST have been completed entirely by the Supplier under a contract for a client in the public sector or in private industry.
    
    1. The minimum dollar value of at least one (1) of the sample projects must be $25,000.00. For the purposes of the evaluation of mandatory criterion M.3,”sample projects” is defined as a contract for the provision of video production services.
    
    2. One (1) of the video production samples MUST demonstrate the Supplier’s ability to produce a video based audio-visual production.
    
    3. One (1) of the video production samples MUST demonstrate the Supplier’s ability to produce an audio-visual production that was tailored and posted to the Internet or adapted for social media use.
    
    4. At least one (1) of the video production samples MUST demonstrate the Supplier’s ability to work in both official languages (English and French). To demonstrate the Supplier’s ability to
    work in both official languages (English and French) the submitted sample MUST be either of the following:
    
    I. a production where both the English and French are equally and substantively represented in the same production; or
    
    II. a unilingual production (in its original language) that demonstrates the official language not demonstrated in the other submitted samples.
    
    Productions that have voice-overs, are fully narrated, are purely text based, or are subtitled/closed captioned are not acceptable to demonstrate the Supplier’s ability to work in both official languages.
    
    
    PLEASE GO TO THE BUYANDSELL WEBSITE (WWW.BUYANDSELL.GC.CA) TO
    DOWNLOAD A COPY OF THE COMPLETE RFSA.
    
    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.
    
    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)
    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
    003
    French
    18
    003
    English
    64
    002
    French
    10
    002
    English
    57
    001
    French
    17
    001
    English
    70
    000
    French
    42
    000
    English
    215

    Access the Getting started page for details on how to bid, and more.

    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.