Audio Visual Production

Solicitation number EN578-150098/D

Publication date

Closing date and time 2016/03/18 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Audio Visual Production
    
    EN578-150098/D
    Gordon, Emily
    Telephone No. - (613) 990-3140 (    )
    Fax No. - (613) 993-2581 (    )
    
    THIS IS A REFRESH OF SUPPLY ARRANGEMENT #EN578-150098/000/CX.
    
    There are no security requirements associated with this Refresh.
    
    Enquiries on the Request for Supply Arrangement document were addressed during the original solicitation period in 2014. The Contracting Authority will not respond to new enquiries. For your information and to assist you in preparing your arrangement, copies of the Questions and Answers released during the original solicitation period are available in Appendix 2 - Questions and Answers.
    
    This refresh permits new suppliers to submit arrangements and potentially become Supply Arrangement Holders for Audio Visual Production Services.
    
    New fully compliant suppliers will be issued Supply Arrangements and their names will be added to the existing Supply Arrangement Holder lists on the condition that they meet all of the requirements of the original Request for Supply Arrangements, which are included in this document.
    
    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 competitiveprocess, 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 date of award to December 31, 2016.
    
    Suppliers must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2008.
    
    For services requirements, Suppliersin 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 Supply Arrangements (RFSA).
    
    The requirement covered by the bid solicitation of any resulting supply arrangementmay 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 84 points on a scale of 120 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. A separate list will be created for Aboriginal suppliers only under the Set-Aside Program for Aboriginal Business. 
    
    There is no limit to the number of Supply Arrangements to 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.   
    
    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 and the Supplier's qualifications to provide those services. Therefore, in order to meet this mandatory requirement, the Supplier MUST have an Internet site and provide the active Internet address.  
    
    M.3 EXPERIENCE OF THE FIRM (The video production samples will be rated under R.1)
    
    The Supplier MUST demonstrate its experience by submitting one (1) USB key demo of at least four (4) different video production samples produced and completed within the last ten (10) years from the closing date of this RFSA. 
    
    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 with the public sector or private industry. 
    
    The samples MUST be submitted in their original language.
    
    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.
    
    1.  One (1) of the video production samples MUST demonstrate the Supplier's ability to produce a video based audio-visual production.
    2.  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 Internet use.
    3.  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:
    
    A.   a production where both the English and French are equally and substantively represented in the same production; or  
    B.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 fully animated, 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

    • 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
    Gordon, Emily
    Phone
    (613) 990-3140 ( )
    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
    French
    14
    000
    English
    95

    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 – Open Bidding
    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: