SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, January 25 from 7:00 pm until 11:00 pm (Eastern Time) 

Rhythm of Torngat Mountains National Park

Solicitation number 5P139-130572/A

Publication date

Closing date and time 2014/12/23 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    RHYTHM OF TORNGAT MOUNTAINS NATIONAL PARK
    
    5P139-130572/A
    Buck, Daniel
    Telephone No. - (613) 998-8588
    Fax No. - (613) 991-5870
    E-mail: daniel.buck@pwgsc-tpsgc.gc.ca
    
    NATURE OF REQUIREMENT:
    
    Parks Canada (PC) requires the production of one (1) original
    High Definition (HD) video approximately 10-14 minutes in
    length. The video will primarily be shown at the Cultural Centre
    in Nain, Nunatsiavut.
    
    The Contractor will be required to develop treatments,
    storyboards, and an English script and through consultation with
    the Project Authority and the Project Team. PC requires the
    production of the video in English, French, and Inuktitut,
    including editing footage supplied by PC, laying down audio
    recordings and soundtrack, and delivery to PC in the formats
    indicated in Annex A Statement of Work.
    
     The period of the Contract is from date of award to July 24,
    2015. 
    
    As per the Integrity Provisions under section 01 of Standard
    Instructions 2003, bidders must provide a list of all owners
    and/or Directors and other associated information as required.
    Refer to section 4.21 of the Supply Manual for additional
    information on the Integrity Provisions.
    
    For services requirements, Bidders must provide the required
    information as detailed in article 2.3 of Part 2 of the bid
    solicitation, in order to comply with Treasury Board policies
    and directives on contracts awarded to former public servants.
    
    The requirement is limited to Canadian goods and/or services.
    
    This procurement is subject to the Labrador Inuit Land Claims
    Agreement and the Nunavik Inuit Land Claims Agreement. 
    
    Mandatory Technical Criteria
    
    M.1	FINANCIAL PROPOSAL (This requirement is subject to the R.3
    point-rated criteria)
    	
    M.1.1	The Bidder MUST submit a financial proposal with a firm
    price not exceeding $125,000.00 (Goods and Services Tax or
    Harmonized Sales Tax extra, as appropriate). The maximum amount
    includes travel expenses. 
    
    M.2	EXPERIENCE OF THE FIRM - AUDIO-VISUAL PRODUCTION SERVICES
    PROJECTS
    
    M.2.1	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 the three (3) project submitted for evaluation: 
    
    At least one (1) of the three (3) projects submitted must have
    been completed: 
    
    where the client, target audience, or subject matter was Inuit;
    and 
    
    At least one (1) of the three (3) projects submitted must have
    been completed:
    
    where the total value of the project must have been at least
    $100,000.00 (excluding applicable taxes);
    For each project submitted:
    
    The  project start date must have been after January 1, 2004;
    The project location must have been in Canada;
    The total value of the project (excluding applicable taxes);
    All of the following audio-visual production services must have
    been provided by the Bidder as part of the contract: development
    of treatments, storyboards and scripts; editing of footage,
    sound track editing and mixing.
    
    The Bidder must provide the following information for each of
    the three (3) audio-visual production services projects
    submitted:
    Name of the project;
    Client (Department/firm, etc);
    Client contact
    Description of the project;
    Project start date; (Month, Year)
    Project location;
    The total 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.
    
    M.2.2	The Bidder must provide a letter of reference for each
    audio-visual production project submitted.  Each letter of
    reference must be from the client for the audio-visual
    production project submitted and must be addressed to the
    Bidder. 
    
    
    FAILURE TO PROVIDE DETAILED INFORMATION FOR ANY OF THE ABOVE MAY
    RESULT IN THE PROPOSAL BEING DEEMED NON-RESPONSIVE.  BIDS NOT
    MEETING THE ALL THE MANDATORY REQUIREMENTS WILL BE GIVEN NO
    FURTHER CONSIDERATION.
    
    Point Rated Criteria
    
    Proposals will be evaluated and scored in accordance with
    specific evaluation criteria as detailed in this section. To be
    considered responsive, bidders must obtain the required minimum
    of 70 percent of the points for each rated criteria and an
    overall passing mark of 84 points. The rating is performed on a
    scale of 120 points. Proposals scoring less than 70 percent in
    one of these criterion will not be given further consideration.
    	
    1.2	Financial Evaluation
    The price of the bid will be evaluated in Canadian dollars,
    Applicable Taxes excluded, FOB destination, Canadian customs
    duties and excise taxes included.
    
    2.	Basis of Selection
    
    To be declared responsive, a bid must:
    comply with all the requirements of the bid solicitation; 
    meet all mandatory technical evaluation criteria; and
    obtain the required minimum of 70 percent of the points for each
    rated criteria and an overall passing mark of 84 points for the
    technical evaluation criteria which are subject to point rating.
    The rating is performed on a scale of 120 points.
    
    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.
    
    Where two (2) or more proposals achieve the identical highest
    number of points, the proposal with the lowest total 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

    • 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) 991-5870
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    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
    007
    English
    5
    007
    French
    2
    006
    English
    6
    006
    French
    3
    005
    English
    6
    005
    French
    2
    004
    English
    9
    004
    French
    2
    003
    English
    12
    002
    English
    9
    002
    French
    4
    003
    French
    3
    001
    English
    11
    001
    French
    5
    000
    English
    30
    000
    French
    15

    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
    Newfoundland and Labrador
    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: