Events Planning and Management-CFC

Solicitation number W8160-130009/C

Publication date

Closing date and time 2013/10/16 15:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    CFC EVENT MANAGEMENT SERVICES
    
    W8160-130009/C
    Buck, Daniel
    Telephone No. - (613) 998-8588
    Fax No. - (613) 993-2581
    
    NATURE OF REQUIREMENT:
    
    The Canadian Forces College (CFC) requires support to plan,
    arrange and conduct events as part of its educational mandate,
    on an as and when requested basis.  Events to be held at CFC
    include short programmes, symposiums, operational exercises and
    convocation ceremonies.  Occasionally, these events are required
    to be held at other sites in Toronto or elsewhere in Canada. 
    Events planned to be held outside CFC include operational
    exercises and programme trips, in the form of Experiential
    Learning Visits (ELVs), to Canadian and international cities to
    visit military, government, multinational and commercial
    institutions, facilities and think tanks.
    
    The Identified User authorized to make call-ups against the
    Standing Offer is the Department of National Defence (DND) -
    Canadian Forces College (CFC).
    
    The period for making call-ups against the Standing Offer is
    from issuance of a Standing Offer to October 31, 2014.  If the
    Standing Offer is authorized for use beyond the initial period,
    the Offeror offers to extend its offer for two additional
    one-year periods, from November 1, 2014 to October 31, 2015 and
    from November 1, 2015 to October 31, 2016. 
    
    One (1) Standing Offer will be issued as a result of this RFSO.
    
    Individual call-ups against the Standing Offer must not exceed
    $500,000.00 (Applicable Taxes included).
    
    The total cost to Canada resulting from call ups against the
    Standing Offer must not exceed the sum of $1,495,000.00
    (Applicable Taxes excluded) unless otherwise authorized in
    writing by the Standing Offer Authority.
    
    The requirement is limited to Canadian goods and/or services.
    
    Offerors must submit a list of names, or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2006.
    
    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 RFSO.
    
    MANDATORY REQUIREMENTS
    
    M.1	FINANCIAL OFFER
    
    The Offeror must provide costing information strictly in
    accordance with Annex "B" Basis of Payment.
    
    M.2	EXPERIENCE OF PROPOSED RESOURCES
    
    The Offeror must identify three (3) resources - one (1) Primary
    Senior Event Manager and two (2) Back-up Senior Event Managers.
    
    The Offeror must identify two (2) event management project
    samples for each of the Primary Senior Event Manager and the
    Back-up Senior Event Managers. The same event management project
    sample may not be used to demonstrate the experience of more
    than one proposed resource.  An event planned by a Primary or
    Back-up Senior Event Manager on behalf of a firm other than the
    Offeror will be accepted.
    
    For each event:
    The event start date must have been after July 1, 2008;
    The firm's assigned portion of the overall budget must have been
    at least $200,000 (including professional fees, direct expenses,
    sub-contracted expenses, travel and living expenses, and any
    other project-related revenues, as applicable, but excluding
    applicable taxes);
    A minimum of 100 delegates, including delegates having at least
    (1) of the following profiles: a) senior ranking
    (Major/Lieutenant-Commander or higher) domestic and foreign
    military officials; b) Government of Canada executives; or c)
    domestic or foreign private sector executives (Senior Management
    or higher), must have been in attendance;
    The firm must have been on-site for three (3) days or more. 
    "On-site" is defined as one or more of the firm's resources
    having been at the event location(s) and/or travelling with the
    delegates;
    The provision of all of the following event management services
    must have been required:  accommodations, hospitality, and
    transportation.
    
    The Offeror must provide the following information for each of
    the six (6) event management project samples submitted:
    Name of the Primary or Back-up Senior Event Manager responsible
    for managing the event; 
    Client;
    Client contact;
    Description of the event;
    Event start date;
    Number of delegates in attendance;
    Profile of delegates in attendance [ie. the sector (private,
    public or military), ranks or positions, and country(ies) of
    origin of the delegates];
    Number of days the firm was on-site; and
    List of events management services provided.
    
    By submitting a project for evaluation, the Offeror confirms
    that the total dollar value of the project sample was as defined
    herein.
    
    M.3	EVENT MANAGEMENT PROJECTS
    
    The Offeror must identify three (3) event management projects
    executed by the Offeror.
    
    Each resource proposed in M.2 must have managed one (1) event. 
    The same event management project sample may not be used to
    demonstrate the experience of more than one proposed resource. 
    However, the Offeror may identify an event management project or
    projects which was/were previously identified under M.2
    Experience of Proposed Resources.  An event managed by a
    proposed resource on behalf of a firm other than the Offeror
    will not be accepted.  
    
    Two (2) of the events must have been located at international
    venues (ie. must have taken place outside of Canada).  Of these
    two (2) international events, only one (1) may have been located
    within the United States of America.
    
    For each event:
    The event start date must have been after July 1, 2008;
    The firm's assigned portion of the overall budget must have been
    at least $85,000 (including professional fees, direct expenses,
    sub-contracted expenses, travel and living expenses, and any
    other project-related revenues, as applicable, but excluding
    applicable taxes);
    A minimum of 40 delegates, including delegates having at least
    (1) of the following profiles: a) senior ranking
    (Major/Lieutenant-Commander or higher) domestic and foreign
    military officials; b) Government of Canada executives; or c)
    domestic or foreign private sector executives (Senior Management
    or higher), must have been in attendance;
    The firm must have been on-site for three (3) days or more. 
    "On-site" is defined as one or more of the firm's resources
    having been at the event location(s) and/or travelling with the
    delegates; and
    The provision of all of the following event management services
    must have been required:  accommodations, hospitality, and
    transportation.
    
    The Offeror must provide the following information for each of
    the three (3) event management project samples submitted:
    Name of the Primary or Back-up Senior Event Manager responsible
    for managing the event;
    Client;
    Client contact;
    Description of the event;
    Event start date;
    Event location; 
    Number of delegates in attendance;
    Profile of delegates in attendance [ie. the sector (private,
    public or military), ranks or positions, and country(ies) of
    origin of the delegates];
    Number of days the firm was on-site; and
    List of events management services provided.
    
    By submitting a project for evaluation, the Offeror confirms
    that the total dollar value of the project sample was as defined
    herein.
    
    The Offeror must provide a letter of reference for each of the
    three (3) event management project samples submitted.  Each
    letter of reference must be from the client for the event
    management project sample and be addressed to the Offeror.  The
    Senior Event Manager who worked on the project must be named in
    the letter of reference. The letter of reference must indicate
    the client's satisfaction with the performance of the Offeror.
    
    
    M.4	EXPERIENCE OF THE FIRM
    
    The Offeror must have: 
    
    Been in business for a minimum of five (5) years, including a
    minimum of three (3) years specializing in the provision of
    event management services; and
    A physical place of business within Canada.
    
    The Offeror must provide:
    
    The number of years the firm has been in business;
    The number of years the firm has specialized in the provision of
    event management services; and
    The physical address(es) of the firm's places of business within
    Canada (including street address, city/town, and
    province/territory for each).
    
    M.5	LANGUAGE
    
    The Offeror must confirm that the firm is capable of providing
    services to the event delegates in both official languages
    (English and French).  As such, the Offeror must include a duly
    signed and dated copy of the following Certification in the
    Technical Offer portion of the offer submission.
    BASIS OF SELECTION
    
    BASIS OF SELECTION
    
    An offer must comply with the requirements of the Request for
    Standing Offers and meet all mandatory technical evaluation
    criteria to be declared responsive. The responsive offer with
    the lowest Bid Evaluation Value (BEV) will be recommended for
    issuance of a standing offer.
    
    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
    Buck(CX Div.), Daniel
    Phone
    (613) 998-8588 ( )
    Fax
    (613) 993-2581
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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)
    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: