Exhibit Warehousing Services

Solicitation number 23483-130196/A

Publication date

Closing date and time 2012/11/21 14:00 EST


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    NRCAN EXHIBIT WAREHOUSING SERVICES
    
    23483-130196/A
    York, Rochelle
    Telephone No. - (613) 998-8408
    Fax No. - (613) 993-2581
    
    
    NATURE OF REQUIREMENT:
    
    To provide Natural Resources Canada (NRCan) with exhibit
    warehousing, handling, installation and dismantling,
    maintenance, and related services in support of its exhibit
    programs.
    
    Due to operational requirements, the Standing Offer Holder's
    warehousing facility must be located within 25 km of NRCan's
    offices at 580 Booth Street, Ottawa, Ontario.
    
    
    PERIOD OF THE STANDING OFFER:
    
    The period for making call-ups against the Standing Offer is
    from January 1, 2013 to December 31, 2013.  If the Standing
    Offer is authorized for use beyond the initial period, the
    Offeror offers to extend its offer for two additional one-year
    periods, from January 1, 2014 to December 31, 2014 and from
    January 1, 2015 to December 31, 2015.
    
    
    MANDATORY REQUIREMENTS:
    
    M.1	Financial Offer
    
    The Offeror must provide costing information strictly in
    accordance with Annex "B" Basis of Payment.
    
    
    M.2	Experience of the Project Coordinators
    
    The Offeror must identify one (1) individual as the Primary
    Project Coordinator, and one (1) individual as the Back-up
    Project Coordinator.  
    
    The Primary and the Back-up Project Coordinators must:
    be employees of the bidding firm; and
    have at least three (3) years experience within the past five
    (5) years in coordinating exhibit warehousing, handling,
    installation, dismantling, maintenance and repairs.
    
    The Offeror must provide the curriculum vitaes of the proposed
    Project Coordinators.
    
    
    M.3	Experience of the Warehouse Supervisors
    
    The Offeror must identify one (1) individual as the Primary
    Warehouse Supervisor, and one (1) individual as the Back-up
    Warehouse Supervisor.  
    
    The Primary and Back-up Warehouse Supervisors must:
    be employees of the bidding firm; and
    have at least two (2) years experience within the past five (5)
    years in exhibit warehousing and handling.
    
    The Offeror must provide the curriculum vitaes of the proposed
    Warehouse Supervisors.
    
    
    M.4	Experience of the Site Supervisors
    
    The Offeror must identify one (1) individual as the Primary Site
    Supervisor and one (1) individual as the Back-up Site
    Supervisor.  
    
    The Primary and Back-up Site Supervisors must:
    be employees of the bidding firm; and
    have at least two (2) years experience within the past five (5)
    years in exhibit installation and dismantling.  Two years
    experience is defined as having conducted four (4) or more
    installations or dismantles within two (2) consecutive twelve
    (12) month periods.
    
    The Offeror must provide the curriculum vitaes of the proposed
    Site Supervisors.
    
    
    M.5		Experience of the Firm
    
    The Offeror must have at least three (3) years of experience
    within the past (7) years in providing warehousing, handling,
    shipping, installation, dismantling, and maintenance services
    for large exhibits (minimum size of 3,000 sq. ft).  
    
    The Offeror must provide a project list which substantiates this
    experience and which includes all of the following information
    for each project:
    Name of the project/exhibit;
    Client name;
    Size of the exhibit when installed (in square feet);
    Start and end dates of the contract.
    
    The Offeror must submit at least one (1) letter of reference for
    at least one (1) of the projects listed.
    
    
    M.6		Warehouse Location and Specifications
    
    The Offeror's warehouse facility must be located within 25 km of
    NRCan's offices at 580 Booth Street, Ottawa, Ontario.  
    
    The Offeror must provide the full street address and province
    where the facility is located.  
    
    By submitting an offer, the Offeror confirms that 8,000 - 12,000
    cubic feet of accessible storage space is available within the
    identified warehouse facility, and this space conforms to the
    requirements outlined in the Statement of Work at Annex "A".
    
    
    M.7	Language - Site Supervisor
    
    The Offeror must confirm that at least one (1) Site Supervisor
    is capable of performing the Work as outlined in the Statement
    of Work in Annex "A" in both official languages (English and
    French).  As such, the Offeror must include a duly signed and
    dated copy of the Certification in the Technical Offer portion
    of the Offer Submission.
    
    
    M.8	Language - Firm
    
    The Offeror must confirm that the firm is capable of performing
    the Work as outlined in the Statement of Work in Annex "A" in
    both official languages (English and French).  As such, the
    Offeror must include a duly signed and dated copy of the
    Certification in the Technical Offer portion of the Offer
    Submission.
    
    
    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 Bid Evaluation Value (BEV) 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

    • Agreement on Internal Trade (AIT)
    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
    York(CX Div.), Rochelle
    Phone
    (613) 998-8408 ( )
    Fax
    (613) 993-2581
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    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
    000
    French
    1
    000
    English
    6

    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
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    Foreign
    ,
    National Capital Region (NCR)