Experiential Marketing Services

Solicitation number HT399-202481/A

Publication date

Closing date and time 2021/03/30 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: 
    
    Amendment 002
    
    This amendment is raised to publish questions and answers.
    
    Amendment 001 
    
    This amendment is raised to modify the Request For Proposal. 
    
    Experiential Marketing Services
    
    Health Canada (HC) requires the services of a contractor to develop, implement, manage, and report on multiple national experiential marketing events programs on a variety of health and safety risk topics by raising awareness of the health and safety risks and engaging with the target audiences virtually or in-person.
    
    The focus will be on providing Canadians with targeted, timely, relevant, comprehensive and accessible information to assist them in making informed decisions to protect their health, generate awareness, engagement, and augment the reach of new and existing HC and Public Health Agency of Canada’s (PHAC) social marketing campaigns, and increase the distribution and uptake of HC and PHAC’s information, advice and resources for Canadians in an effort to change behaviors and to enhance the health and safety of Canadians.
    
    The firm period of the Contract will be from date of Contract award to March 31, 2022 with four irrevocable one year exercisable option years, at Canada’s sole discretion. 
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian services.
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    
    This bid solicitation is to establish a contract with task authorizations for the delivery of the requirement detailed in the bid solicitation to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs).  Any requirement for deliveries within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside the resulting contract.
    
    There is no security requirement associated with the requirement.
    
    Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract(s) will belong to Canada, on the following grounds: To generate knowledge and information for public dissemination.
    
    Evaluation Procedures
    
    A - Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical evaluation criteria. 
    
    B - An evaluation team composed of representatives of Canada will evaluate the bids.
    
    Technical Evaluation
    
    Bidders MUST meet all the mandatory requirements of the RFP. No further consideration will be given to Bidders not meeting all the mandatory criteria.
    
    To meet the experience requirement described herein, the Bidder must provide sufficient evidence of work. In the case of a joint venture, the combined experience of the parties forming the joint venture will be considered in the evaluation of the experience of the Bidder. Listing experience without providing any supporting information to describe where and how such experience was obtained will  result in the experience not being evaluated and may render the bid non-compliant.
    
    Mandatory and point rated technical evaluation criteria are included in Annex C of the RFP.
    
    All enquiries and other related communications related to this process are to be directed exclusively to the PSPC Contracting Procurement Authority.
    
    Basis of Selection - Highest Technical Rating
    
    1. To be declared responsive, a bid must: 
    
    A - comply with all the requirements of the bid solicitation; 
    B - meet all mandatory technical evaluation criteria; and
    C - obtain the required minimum of 89 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 155 points.
    
    2. Bids not meeting (a) or (b) or (c) will be declared non responsive. The responsive bid with the highest number of points will be recommended for award of a contract, provided that the total evaluated price does not exceed the budget available for this requirement.
    
    
    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)

    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
    Wadas(cx024), Jack
    Phone
    (873) 353-0839 ( )
    Email
    jack.wadas@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    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
    002
    French
    5
    002
    English
    26
    001
    French
    2
    001
    English
    24
    000
    French
    23
    000
    English
    96

    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
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    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.

    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: