EVENTS MANAGEMENT SERVICES

Solicitation number EN578-092644/D

Publication date

Closing date and time 2012/07/05 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    EVENTS MANAGEMENT SERVICES
    
    EN578-092644/D
    Amaral, Paola
    Telephone No. - (613) 993-5642
    Fax No. - (613) 993-2581
    
    THIS IS A REFRESH OF SUPPLY ARRANGEMENT # EN578-092644/000/CX.
    
    This refresh permits new suppliers to submit arrangements and
    potentially become Supply Arrangement Holders, and allow current
    Supply Arrangement Holders to potentially qualify additional or
    replacement resources, up to a total of three (3) for each
    category of personnel.  New fully compliant suppliers will be
    issued Supply Arrangements and their names will be added to the
    existing Supply Arrangement Holder list on the condition that
    they meet all of the requirements of the original Request for
    Supply Arrangements, which are included in this document. 
    Current Supply Arrangement Holders with fully compliant
    additional or replacement resources will receive an amendment to
    their existing Supply Arrangement.
    
    Current Supply Arrangement Holders attempting to qualify
    additional or replacement resources do not need to submit a full
    arrangement, or resubmit their original arrangement.  Current
    Supply Arrangement Holders only need to address the requirements
    outlined in M.2, M.3, R.1, and the Security Requirements in
    their arrangement in response to the refresh.  Note:  any
    requests to qualify replacement resources must be accompanied by
    a supporting justification which is in accordance with
    Certification 1.4 Status and Availability of Resources.  Failure
    to identify a reason which is in accordance with the Status and
    Availability of Resources certification will render the
    replacement resource non-compliant.
    
    
    NATURE OF REQUIREMENT:
    
    The Government of Canada requires the provision of a full range
    of events management services, for events which may include, but
    are not limited to meetings, conferences, workshops, summits,
    consultations, round tables, award ceremonies, galas and opening
    ceremonies on an "as and when requested basis".
    
    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 (SAs).  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 requirement is limited to Canadian goods and/or services.
    
    
    PERIOD OF SUPPLY ARRANGEMENT:
    
    The period for awarding contracts under the Supply Arrangement
    is from August 1, 2012 to July 31, 2013.
    
    
    SUPPLY ARRANGEMENTS:
    
    For requirements valued up to $100,000 excluding applicable
    taxes, the following Supply Arrangement Holders will be invited
    to participate in the solicitation process:
    
    The "Best Value Supplier", as determined in accordance with the
    Basis of Selection at article 2 in Part 3 in the original
    solicitation;
    One Supply Arrangement Holder as recommended by the Client; and
    One Supply Arrangement Holder selected at random by PWGSC -
    Communication Procurement Directorate (CPD).  The "random"
    selection will be made using the RAND () function in Microsoft
    Excel.
    
    This solicitation process will be referred to as a "Mini Request
    for Proposal (Mini RFP)".
    
    For requirements valued at more than $100,000 but less than
    $400,000 excluding applicable taxes, all Supply Arrangement
    Holders will be invited to submit a proposal.
    
    This solicitation process will be referred to as a "Request for
    Proposal (RFP) Under the Supply Arrangements".
    
    For requirements valued at more than $400,000 excluding
    applicable taxes, the Request for Proposal will be posted on the
    Government Electronic Tendering Service (GETS) and will be open
    to the industry.
    
    
    MANDATORY REQUIREMENTS:
    
    M.1	Financial Proposal
    
    The Supplier must provide costing information strictly in
    accordance with the Basis of Payment stipulated in Annex "B" and
    Appendix "2".  
    
    M.2	Proposed Resources
    
    The Supplier must identify at least one (1) but no more than
    three (3) individuals for each of the following categories of
    personnel.  All of the individuals proposed must be employees of
    the Supplier.  For the purposes of this Mandatory Requirement,
    an "employee" is defined as an individual who has been hired by
    the Supplier to perform work for the firm on a full-time basis,
    and who is not a freelancer, contract, sub-contracted, or
    part-time resource.
    
    The same resource may be proposed for more than one category of
    personnel, however the resource must meet all of the criteria
    for each category (as per the definitions below) and the rates
    proposed in Appendix "2" for all categories for that resource
    must be identical.  
    
    For example, if three different individuals are proposed for the
    Senior Event Manager position, and three individuals (one of
    which was also proposed for the Senior Event Manager position)
    have also been proposed for the Event Manager position, the
    resource proposed for both positions must meet the criteria
    below for both the Senior Event Manager and the Event Manager,
    and the rates proposed in Appendix "2" for both the Senior Event
    Manager and the Event Manager positions must be the same.  
    
    The Senior Event Manager must meet all of the following:
    
    at least three (3) years experience in leading the development
    and execution of events, particularly high profile events (an
    event which is highly publicized, politically sensitive, or
    involving well-known or high-ranking delegates);
    has managed events where the firm's assigned portion of the
    overall budget was at least $200,000 (including professional
    fees, direct expenses, sub-contracting expenses, travel and
    living expenses, and any other project-related revenues, as
    applicable);
    has managed events with delegates from either: more than one
    province or territory; or more than one country; or both;
    has managed events that require one or more of the firm's
    personnel to be on-site for three (3) days or more; 
    has managed events with a minimum of one hundred (100)
    delegates; and
    has provided or overseen the provision of all of the following: 
    accommodations, hospitality, transportation, registration and
    printing or publications.
    
    The Event Manager must meet all of the following:
    
    at least two (2) years experience in leading the development and
    execution of events, particularly high profile events (an event
    which is highly publicized, politically sensitive, or involving
    well-known or high-ranking delegates);
    has managed events where the firm's assigned portion of the
    overall budget was at least $200,000 (including professional
    fees, direct expenses, sub-contracting expenses, travel and
    living expenses, and any other project-related revenues, as
    applicable);
    has managed events with delegates from either: more than one
    province or territory; or more than one country; or both;
    has managed events that require one or more of the firm's
    personnel to be on-site for three (3) days or more; 
    has managed events with a minimum of one hundred (100)
    delegates; and
    has provided or overseen the provision of all of the following: 
    accommodations, hospitality, transportation, registration and
    printing or publications.
    
    An Event Coordinator must meet all of the following:
    
    at least one (1) year of experience in coordinating the
    execution of events;
    has coordinated events where their firm's assigned portion of
    the overall budget was at least $100,000 (including professional
    fees, direct expenses, sub-contracting expenses, travel and
    living expenses, and any other project-related revenues, as
    applicable);
    has coordinated events with delegates from either: more than one
    province or territory; or more than one country; or both;
    has coordinated events that require one or more of the firm's
    personnel to be on-site for two (2) days or more; 
    has coordinated events with a minimum of fifty (50) delegates;
    and
    has coordinated the provision of two (2) or more of the
    following:  accommodations, hospitality, transportation,
    registration and printing or publications.
    
    The Financial Manager must meet the following: 
    
    at least three (3) years of experience providing financial
    management in Special Events, Hospitality Management, Hotel
    Management or Tourism fields for projects where the firm was
    responsible for the receipt, management and disbursement of
    funds received from the client, from delegate registration
    revenues, and from any other source for projects with a total
    cost of $100,000 or more.
    
    The Event Assistant must meet all of the following:
    
    at least six (6) months of experience in assisting with the
    coordination and execution of events: 
    has assisted in the coordination of events where their firm's
    assigned portion of the overall budget was at least $50,000
    (including professional fees, direct expenses, sub-contracting
    expenses, travel and living expenses, and any other
    project-related revenues, as applicable);
    has assisted in the coordination of events with delegates from
    either: more than one province or territory; or more than one
    country; or both;
    has assisted in the coordination of events that require one or
    more of the firm's personnel to be on-site for two (2) days or
    more; 
    has assisted in the coordination of events with a minimum of
    fifty (50) delegates; and
    has assisted in the provision of one (1) or more of the
    following:  accommodations, hospitality, transportation,
    registration and printing or publications.
    
    The Supplier must clearly demonstrate how each proposed resource
    meets the applicable category definition above.
    
    Note:  If a current Supply Arrangement Holder intends to qualify
    one or more replacement resources, the supplier must identify
    the name of the resource(s) to be substituted, the name(s) of
    the proposed substitute(s) and the applicable reason(s) for the
    substitution(s).  Failure to identify a reason that is
    identified as acceptable within certification 1.4 Status and
    Availability of Resources of the original solicitation document
    will render the replacement resource non-responsive.  A proposed
    substitute must be deemed by the evaluation team as having
    equivalent or better qualifications and experience to the
    original proposed resource.  The supplier must clearly
    demonstrate in its arrangement how each proposed substitute
    meets the applicable category definition above.
    
    This Mandatory Requirement will be rated in R.1.
    
    
    M.3	Events Management Projects
    
    The Supplier must provide five (5) events management projects,
    where the event dates were after January 1, 2004.  Each of the
    Senior Event Managers, Event Managers, Event Coordinators,
    Financial Managers and Event Assistants identified in M.2 must
    have been involved in the planning of at least one (1) event. 
    An event may be used to demonstrate the experience of more than
    one resource, however no more than five (5) projects are to be
    submitted.  At a minimum, three (3) of the five (5) projects
    must demonstrate an ability of the Supplier to provide event
    planning services where the profile of participants is varied. 
    "Participant" is defined as including, but not restricted to, a
    potential audience, actual delegate, speaker/presenter,
    moderator, session chair, or member of a client group.  "Varied"
    is defined as including three or more of the following profiles
    - general public, senior citizens, youth, senior executives,
    parliamentary officials, VIPs, Veterans, etc. - within one
    event.  
    
    The Supplier must provide the following information:
    
    Name of the project/event;
    Duration of the event, including start and end dates; 
    Proposed resource(s) to be evaluated; and
    Profile of participants (as defined above) at the event.
    
    Note:  If a current Supply Arrangement Holder intends to qualify
    one or more additional resources, or one or more replacement
    resources, the supplier must provide (1) events management
    project for each additional or replacement resource to a maximum
    of five (5) events management projects, where the event dates
    were after January 1, 2004.  An event may be used to demonstrate
    the experience of more than one resource, however no more than
    five (5) projects are to be submitted.
    
    This Mandatory Requirement will also be rated under R.1.
    
    
    M.4	Language
    
    The Supplier must confirm that its firm is capable of providing
    services in both official languages (English and French).  As
    such, the Supplier must include a duly signed and dated copy of
    the Certification in the Technical Proposal portion of the
    Arrangement submission.
    
    
    BASIS OF SELECTION:
    
    To be declared responsive, an arrangement must:
    
    comply with all the requirements of the Request for Supply
    Arrangements (RFSA); and
    meet all mandatory technical evaluation criteria; and
    obtain the required minimum of 50 percent for R.1 and 70 percent
    for R.2.  There is no required minimum for R.3 or R.4.  The
    rating is performed on a scale of 870 points.
    
    Arrangements 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 recommended for Supply Arrangement
    authorization.  A separate list will be created for Aboriginal
    suppliers under the Set-Aside Program for Aboriginal Business.
    
    "Best Value Supplier" Determination:
    
    The current "Best Value Supplier" will continue to be the Best
    Value Supplier for the entire duration of the Supply
    Arrangements, unless the Best Value Supplier's arrangement is
    withdrawn or unless "Best Value Supplier" status is removed from
    the Supplier.  This Supply Arrangement refresh does not affect
    the "Best Value Supplier's" status.
    
    
    SECURITY REQUIREMENT
    
    1.	Before issuance of a supply arrangement, the following
    conditions must be met:
    
    the Supplier must hold a valid organization security clearance
    as indicated in 6A - Supply Arrangement;
    
    the Supplier's proposed individuals requiring access to
    classified or protected information, assets or sensitive work
    site(s) must meet the security requirement as indicated in Part
    6A  - Supply Arrangements;
    
    The Supplier must provide the name of all individuals who will
    require access to classified or protected information, assets or
    sensitive work sites.
    
    2.	For additional information on security requirements,
    suppliers should consult the "Security Requirements for PWGSC
    Bid Solicitations - Instructions for Bidders" document on the
    Departmental Standard Procurement Documents Web site.
    
    NOTE:  The Supply Arrangements will be authorized once the
    evaluation is complete and this will not be delayed to allow
    Suppliers to secure the required security clearance.  It is the
    Supplier's responsibility to follow up with CISD to ensure that
    their clearance is in place.
    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
    Amaral, Paola B.
    Phone
    (613) 993-5642 ( )
    Fax
    (613) 993-2581
    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
    000
    English
    26
    000
    French
    0

    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
    ,
    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: