Audio Visual Production

Solicitation number 84084-150393/A

Publication date

Closing date and time 2016/05/12 14:00 EDT

Last amendment date


    Description
    Trade Agreement: LCSA/AIT
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Audio Visual Production
    
    84084-150393/A
    Andruchow(CX Div.), Cassandra
    Telephone No. - (613) 993-7846 (    )
    Fax No. - (613) 991-5870 (    )
    
    SUMMARY
    
    The purpose of this Request for Proposal (RFP) is to seek proposals from bidders interested inproviding audio visual production services as outlined in the Statement of Work at Annex "A", the National Energy Board (NEB).
    
    The resulting contract will be in effect from the date of issuance until March 31, 2017. 
    
    The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
    
    TECHNICAL EVALUATION - MANDATORY TECHNICAL CRITERIA
    
    Bidders must meet all the mandatory requirements of the RFP. No further consideration will be given to Bidders not meeting all the mandatorycriteria.
    
    M.1     Experience of the Firm - Audio-Visual Production Services Projects 
    
    The Bidder must provide project descriptions for three (3) audio-visual production services projects for which the Bidder was under contract to provide audio-visual production services similar in scope to the requirement described in Annex “A” Statement of Work. 
    
    The audio-visual production services projects described must demonstrate the experience of the Bidder. Projects submitted where the work was performed by one (1) or more of the Bidders resources on behalf of another firm will not be accepted. 
    
    For each project submitted:
    - The  project start date must have been after January 1, 2010;
    - The project location must have been in Canada;
    - The total value of one (1) of the projects must have been at least $50,000.00 (excluding applicable taxes);
    -One (1) of the projects must have involved audio-visual production services for an Oil and Gas Company or a Pipeline Company or a similar provincial or federal regulator similar in scope to the requirement described in Annex “A” Statement of Work.
    - All of the following audio-visual production services must have been provided by the Bidder as part of the contract: storyboards and scripts; editing of footage, sound track, editing, mixing, animation and graphics design.
    
    The Bidder must provide the following information for each of the three (3) audio-visual production services projects submitted:
    
    - Name of the project;
    - Client contact information;
    - Description of the project;
    - Project start date; (Month and Year)
    - Project location;
    - Thetotal value of the project (excluding applicable taxes);
    - Profile of target audience and communication objectives of the project; and
    - List of audio-visual production services provided by the Bidder for the project.
    
    M.2     Financial Proposal
    
    Firm quantity (seven [7] videos in English and in French, for a total of fourteen [14] videos):
    
    - the total price must not exceed $70,000.00 (applicable taxes are extra, as appropriate), all travel and living expenses included.
    
    Optional quantity (up to three [3] videos in English and in French, for a total of up to six [6] videos)
    
    - the total price must not exceed $10,000.00 per optional video (applicable taxes are extra, as appropriate), all travel and living expenses included.
    
    The Bidder must provide costing information strictly in accordance with the Basis of Payment at Annex B. Any deviation from the pricing schedule will render your proposal non-responsive. 
    
    Basis of Selection - Highest Combined Rating of Technical Merit (60%) and Price (40%)
    
    1. To be declared responsive, a bid must:
    (a)    comply with all the requirements of the bid solicitation; 
    (b)    meet all mandatory criteria; and
    (c)    obtain the required minimum of 70 percent of the points for each rated criteria and an overall passing mark of 70 points for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 100 points
    2. Bids not meeting (a), (b) and (c) will be declared non-responsive.  
    3. To determine the total evaluated price, the rates submitted in the Annex B: Basis of Payment for the firm quantity and the optional quantity will be added to obtain the total evaluated price
    
    Total evaluated price = (B.1.1.1 + B.1.1.2) + (3 [B.1.2.1 +  B.1.2.2] )
    
    4. The evaluation will be based on the highest responsive combined rating of technical merit and price.  The ratio will be 60 % for the technical merit and 40 % for the price.
    5. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows:  total number of points obtained / maximum number of points available multiplied by the ratio of 60 %.
    6. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 40 %.  
    7. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.  
    8. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for awardof 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

    • Agreement on Internal Trade (AIT)
    • Land Claim Set Asides (LCSA)
    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
    National Energy Board
    Address
    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
    003
    French
    3
    003
    English
    8
    002
    French
    2
    002
    English
    12
    001
    French
    4
    001
    English
    11
    000
    French
    6
    000
    English
    52

    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
    Alberta
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.