Exhibit Material

Solicitation number B8825-160562/A

Publication date

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

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Exhibit Material
    
    B8825-160562/A
    Andruchow (CX Div.), Cassandra
    Telephone No. - (613) 993-7846
    Fax No. - (613) 991-5870
    
    The purpose of this Request for Proposal (RFP) is to seek proposals from bidders interested in providing exhibit material as outlined in the Statement of Work at Annex A, to the Citizenship & Immigration Canada (CIC).
    
    All the deliverables must be received at destinations on or before March 30th, 2016.
    
    The requirement is limited to Canadian goods and/or services.
    
    DESCRIPTION
    
    1.1 Banner stand
    
    1.1.1 Hardware
    
    - Pacific 800-S retractable banner stand; or equivalent
    - 31.5” x 83.75”;
    - Two piece bungeed pole;
    - 6” x 9” x 33” padded nylon carry bag;
    - Product weighs 13 lbs. with carry bag;
    - Quantity: 4
    
    1.1.2 Graphic
    
    - 33.5”W x 79”H (+6”)
    - Premium graphic panel
    - Printed on .07-mil opaque anti-curl media film
    - Satin Textured lamination on the front - .05-mil, high quality scuff resistant
    - Printed from 4 colour process, bleeds all sides
    - Quantity: 4 (3 English, 1 French)
    
    1.1.3 Assembly
    
    - Load graphic in new banner stand
    
    1.2 Exhibit Display 
    
    1.2.1 Hardware
    
    - Nomadic C33 Display Frames; or equivalent
    - RollEase travel case
    - Quantity: 12 (3 sets of 4)
    
    1.2.2 Exhibit Display Murals
    
    -Nomadic C33 Display Murals; or equivalent
    a. 3 Front (concave) panel (88.3125”x 89.75”)
    b. 2 End panel (15”x 89.75”)
    c. 3 Back (convex) panel (97.5”x 89.75”)
    - Printed on .07-mil opaque Polyester film
    - Emerytex lamination- .05-mil, high quality, lowglare, scuff resistant;
    - Printed from 4 colour process, bleeds all sides
    - Quantity: 16 (4 sets of 4 - 3 English, 1 French)
    
    TECHNICAL EVALUATION - MANDATORY TECHNICAL CRITERIA
    
    M.1 Requirement and Equivalent Products
    The Bidder must provide specifications and descriptive literature for each proposed product in
    accordance with the requirement described in Annex “A” Statement ofWork, and in accordance
    with SACC Manual Clause B3000T (2006-06-16) Equivalent Products (reproduced below for
    convenience):
    
    Equivalent Products:
    
    1. Products that are equivalent in form, fit, function and quality to the item(s) specified in the
    bid solicitation will be considered where the Bidder:
    a) designates the brand name, model and/or part number of the substitute product;
    b) states that the substitute product is fully interchangeable with the item specified;
    c) provides complete specifications and descriptive literature for each substitute product;
    d) provides compliance statements that include technical specifics showing the substitute
    product meets all mandatory performance criteria that are specified in the bid solicitation; and
    e) clearly identifies those areas in the specifications and descriptive literature that support the
    substitute product's compliance with any mandatory performance criteria.
    
    2. Products offered as equivalent in form, fit, function and quality will not be considered if:
    a) the bid fails to provide all the information requested to allow the Contracting Authority to fully
    evaluate the equivalency of each substitute product; or
    b) the substitute product fails to meet or exceed the mandatory performance criteria specified in
    the bid solicitation for that item.
    
    3. In conducting its evaluation of the bids, Canada may, but will have no obligation to, request
    bidders offering a substitute product to demonstrate, at the sole cost of bidders, that the
    substitute product is equivalent to the item specified in the bid solicitation.
    
    If the Bidder proposes oneor more products under the Equivalent Products article, Canada may, but will have no obligation to, request a sample of one or more of the product(s) proposed in order to determine whether the proposed product(s) meet the technical specifications identified at Annex “A” Statement of Work. The Bidder will have the number of days specified by Canada in its request to provide the required sample(s). Failure to provide a sample within the time allotted may result in the entire bid being declared non-responsive.
    
    If the Bidder fails to demonstrate in its technical proposal and/or through a sample provided (if requested by Canada) that a proposedproduct is equivalent (in accordance with SACC Manual Clause B3000T (2006-06-16 Equivalent Products), the entire bid will be declared non-responsive and will not be considered further.
    
    The Bidder is not required to propose the same brands for all products listed in the Statement of Work.
    
    NOTE: The Bidder is not required to submit a sample of any product(s) proposed with the bid
    submission.
    
    M.2 Financial Proposal
    
    The Bidder must provide complete costing information strictly in accordance with Annex “B” Pricing and List of Deliverables. All line items in Annex “B” must be bid. The total amount of Goods and Services Tax (GST) or Harmonized Sales Tax (HST) must be shown separately, if applicable.
    
    4.1.2 Financial Evaluation
    
    The submittedfirm prices in Annex “B”, Basis of Payment will be evaluated in Canadian dollars, the Goods and Services Tax or the Harmonized Sales Tax excluded, FOB destination, Canadian customs duties and excise taxes included.
    
    Basis of Selection
    
    A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.
    
    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

    • No trade agreements are applicable to this solicitation process
    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
    Andruchow(CX Div.), Cassandra
    Phone
    (613) 993-7846 ( )
    Fax
    (613) 991-5870
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Citizenship and Immigration 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
    004
    French
    1
    004
    English
    5
    003
    French
    3
    003
    English
    9
    001
    French
    2
    002
    French
    2
    002
    English
    11
    001
    English
    10
    000
    French
    6
    000
    English
    36

    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)
    Procurement method
    Competitive – Selective Tendering