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 SERVICES

Solicitation number EN578-133360/B

Publication date

Closing date and time 2013/10/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    GRAPHIC, WEB, AND EXHIBIT AND DISPLAY DESIGN SERVICES
    
    EN578-133360/B
    Amaral(CX Div.), Paola
    Telephone No. - (613) 993-5642
    Fax No. - (613) 993-2581
    
    
    NATURE OF REQUIREMENT:
    
    The Government of Canada requires the provision of a full range
    of graphic, web, and exhibit and display design services 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. 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, including GST and HST.
    
    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 (SPAB) 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 graphic design, web 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 date of Standing Offer award to August 31, 2015.  If the
    Standing Offer is authorized for use beyond the initial period,
    the Offeror offers to extend its offer for one additional two
    year period, from September 1, 2015 to August 31, 2017. under
    the same conditions and at the 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.
    
    A portion of this procurement has been set aside under the
    federal government´s Procurement Strategy for Aboriginal
    Business (PSAB), as detailed in Annex 9.4 of the Supply Manual
    entitled "Requirements for the Set-aside Program for Aboriginal
    Business".  This RFSO is also being used to establish National
    Master Standing Offers (NMSOs) with Aboriginal firms as defined
    under the Set-Aside Program for Aboriginal Business (SPAB).  
    
    Further to Article 1802 of the Agreement on Internal Trade
    (AIT), AIT does not apply to the portion of this procurement set
    aside under the federal government's PSAB.
    
    For services requirements, Offerors in receipt of a pension or a
    lump sum payment must provide the required information as
    detailed in Article 3 of Part 2 of the Request for Standing
    Offers (RFSO).
    
    The requirement is limited to Canadian goods and/or services.
    
    
    PERIOD OF STANDING OFFER:
    
    The period for making call-ups against the Standing Offer is
    from date of Standing Offer award to August 31, 2015.
    
    
    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	Financial Proposal
    
    The Offeror must provide costing information strictly in
    accordance with the Basis of Payment stipulated in Annex "B".
    
    M.2	Offeror's Profile
    
    The Offeror must complete the Offeror's Profile chart from Part
    4 of the bid solicitation document.
    
    M.3	Offeror's Performance Resume
    
    The Offeror must demonstrate having been in the Graphic Design,
    Web Design, and or Exhibit and Display Design business, as
    applicable, for a minimum of five (5) years prior to the closing
    date of this RFSO by submitting a corporate performance
    curriculum vitae which demonstrates five (5) years experience
    for each category submitted.
    
    Response Format:
    
    To demonstrate the Offeror's experience, the Offeror must
    provide the following information as a part of the Corporate
    Performance Curriculum Vitae:
    
    - A list of projects provided to clients which includes a
    minimum of one (1) project per year completed within the last
    five (5) years prior to the closing date of this RFSO. The
    Offeror must clearly identify which categories the listed
    projects are being submitted for;  
    
    - The completion date (including month and year) of each project
    listed;
    
    - The client information (including organization / department
    name or client name) for each project listed.
    
    M.4	Project Samples
    
    For each category of service for which the Offeror is
    submitting, the Offeror must provide a description and a sample
    of two (2) design projects which were completed by the Offeror
    after July 01, 2010 that are similar in scope to the items
    identified in Annex "A" - Statement of Work, as applicable. A
    project sample may be used to demonstrate the experience for
    more than one category of service.
    
    Each project description must include the project completion
    date (month and year).
    
    The Offeror must clearly identify which categories the project
    samples are being submitted for.
    
    Electronic samples must be provided on a USB Key in .pdf file
    format or Windows Media Player.  Screen shots will be
    acceptable.  Samples provided to Canada in a form or format that
    cannot be opened and viewed from a Government of Canada computer
    will not be accepted.  If an Offeror is uncertain as to whether
    a particular form or format will be accepted, the Offeror must
    submit this as a question during the Enquiries period.  Samples
    provided in other formats (ie. hard copy posters, banners, or
    models) will become the property of Canada and will not be
    returned to the Offeror unless the Offeror makes arrangements in
    advance for return packaging and postage, or pick-up.  Canada
    will not be responsible for samples which are damaged,
    destroyed, or lost during shipping or during the evaluation
    process.
    
    M.5	References
    
    The Offeror must provide a letter of reference that corresponds
    with each project sample submitted in M.4. 
    
    M.6	Environmental Considerations
    
    The Offerer must provide the following:
    
    (a) An existing or proposed company-wide environmental statement
    and mission (including environmental measures undertaken in
    office operations);
    (b) An existing or proposed action plan for energy sourcing
    (measures taken to improve energy efficiency, intended use of
    alternative fuel/power sources if the Offeror's premises is
    owned); and
    (c) An existing or proposed action plan for materials/equipment
    sourcing (intended use of recycled or reused products, waste
    management strategy).
    
    
    BASIS OF SELECTION:
    
    1.	To be declared responsive, an offer must:
    
    (a) comply with all the requirements of the Request for Standing
    Offers (RFSO);
    (b) meet all mandatory technical evaluation criteria; 
    
    Offers not meeting (a) or (b) above will be declared
    non-responsive.
    	
    2.	All fully responsive offerors who have a BEV which is equal
    to and less than the RAB, as calculated in article 1.2.2
    Financial Evaluation Criteria, will be considered for issuance
    of a Standing Offer.  All fully responsive Aboriginal offerors
    who have a BEV which is equal to and less than the RAB, as
    calculated in article 1.2.2 Financial Evaluation Criteria, will
    be considered for issuance of a Standing Offer under the
    Set-Aside Program for Aboriginal Business.
    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(CX Div.), Paola
    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.

    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)

    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: