Audio Visual Production Services

Solicitation number 0X001-180989/A

Publication date

Closing date and time 2019/03/01 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / 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: 
    
    VIDEO PRODUCTION SERVICES FOR THE CANADA SCHOOL OF PUBLIC SERVICES
    
    0X001-180989/A 
    Contracting Authority: St-Clair Denise
    Telephone No. - (613) 993-7846 
    Fax No. - (613) 991-5870
    E-mail: TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca 
    
    ****************************************************************************
    DESCRIPTION OF REQUIREMENT
    The Canada School of Public Service’s primary responsibility is to provide a broad range of learning opportunities and to establish a culture of learning to meet the common learning and development needs of approximately 250,000 public service employees across Canada. Video production is a key priority of the Canada School of Public Service, and video production services are required to help meet the growing demand for learning products in video format for inclusion in online courses, classroom courses, or to be posted on the School’s learning platform.
    
    The Canada School of Public Service is seeking the services of a Contractor to provide management, administrative and technical services related to learning video pre-production, production and post-production for the Learning Programs Branch (LPB) primarily. 
    
    These services will be required for a period of 2 years, with the irrevocable option of allowing the School to extend the term of the Contract for up to 2 additional 2-year periods under the same terms and conditions.
    
    The target audiences for these varied videos are intended for all Canadian Public Servants across Canada. Some of the videos will have a more specific targeted audience in mind depending on their specialty and area of work, but most will be generic for all Public Servants.
    
    The Contractor must produce a minimum of approximately 60 learning videos in Canadian English and Canadian French. The videos are to be posted on the Canada School’s GCcampus learning platform, an internal platform for Canadian Government employees only. Types of videos could be some of the following: interactive presentations, motion graphics, talking-head, and/or animation and compliance work for transcription, sub-titles and closed captioning.
    
    All videos must be produced in Canadian English and French (or bilingual) and must meet WCAG 2.0 AA Accessibility standards (with closed captions, transcripts and visual descriptions). The School also requires the Contractor to provide intelligent verbatim transcripts of audio and video productions. Videos may be stand-alone products, or embedded in a packaged learning products.
    
    
    PERIOD OF THE CONTRACT
    The period of the Contract is from April 01, 2019 to March 31, 2021 inclusive.
    
    
    OPTION TO EXTEND THE CONTRACT
    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional two (2) year period(s) under the same conditions. 
    
    Option Period 1:  April 01, 2021 to March 31, 2023
    Option Period 2:  April 01, 2023 to March 31, 2025
    
    This solicitation includes mandatory and point rated technical criteria. Refer to Part 4 and Annex “C” of the Request for Proposal.
    
    
    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.
    
    
    BASIS OF SELECTION - HIGHEST COMBINED RATING TECHNICAL MERIT AND PRICE
    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 400 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 600 points. 
    
    2.  Bids not meeting (a) or (b) or (c) will be declared non-responsive. 
    
    3.  The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price. 
    
    4.  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 70%.
     
    5.  To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%. The Estimated Blended Hourly Rate (EBHR) will be multiplied by 50 hours and will be used as the evaluated price for the evaluation weighting combined rating of technical merit and price.  
    6.  For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. 
    
    7.  Neither the responsive bid obtaining the highest technical score nor the one with the lowest blended hourly rate will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. 
    
    
    SECURITY REQUIREMENT
    There are no security requirements associated with this requirement.
    
    
    CANADIAN CONTENT
    The requirement is limited to Canadian goods and/or services.
    
    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)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    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
    St-Clair, Denise (cx031)
    Phone
    (343) 542-3671 ( )
    Email
    Denise.St-Clair@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Canada School of Public Service
    Address
    373 Sussex Dr
    Ottawa, Ontario, K1N6Z2
    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
    006
    English
    22
    006
    French
    15
    005
    English
    20
    005
    French
    10
    004
    English
    25
    004
    French
    10
    003
    English
    31
    003
    French
    21
    002
    English
    47
    002
    French
    18
    001
    English
    46
    001
    French
    17
    000
    English
    172
    000
    French
    46

    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)
    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: