Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Get Cyber Safe Public Awareness Cam

Solicitation number 2L165-190429/A

Publication date

Closing date and time 2019/03/26 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (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: 
    
    Get Cyber Safe Public Awareness Campaign for Communications Security Establishment (CSE)
    
    
    2L165-190429/A 
    Contracting Authority: St-Clair Denise
    Telephone No. - (343) 542-3671 
    Fax No. - (613) 991-5870
    E-mail: TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca 
    
    ******************************************************************
    
    DESCRIPTION OF REQUIREMENT
    Communications Security Establishment (CSE) is seeking for the services of a marketing agency to develop and deliver the multi-media, multi-phased Get Cyber Safe campaign which will include the creation of a range of marketing products and activities. 
    
    The products and activities conceived must have consistent messaging that can be shared broadly among governments and partnering organizations and may include online tools and outreach products such as: web content, social media content, interactive content, videos, infographics, publications, presentations, reports, promotional items, live and online events, media and other partnership activities and products, as well as exhibit materials and products for marketing and outreach.
    
    The products and activities for this contract will not include providing any services related to advertising. 
    
    Campaign Objectives
    Specifically, the campaign will aim to impact Canadians’ knowledge, attitudes and behaviour with respect to cyber security as follows:
    
    Knowledge
    • Increase Canadians’ awareness of cyber security practices.
    • Increase Canadians’ awareness of how to protect information.
    • Increase Canadians’ awareness of how to protect computers/devices.
    
    Attitude
    • Increase the number of Canadians who believe that protecting sensitive and/or personal information is important and necessary.
    
    Behaviour
    • Increase actions taken by Canadians so that they secure their computers and devices and protect their personal information.
    
    
    PERIOD OF THE CONTRACT
    The period of the Contract is from contract award to March 31, 2020 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 one (1) year period under the same conditions. 
    
    Option Period 1:  April 01, 2020 to March 31, 2021
    Option Period 2:  April 01, 2021 to March 31, 2022
    
    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; and
    b. meet all mandatory technical evaluation criteria; and
    c. obtain the required minimum of 231 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 385 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%.  
    
    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 evaluated price 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)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    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
    Communications Security Establishment
    Address
    P.O. Box 9703
    Ottawa, Ontario, K1G 3Z4
    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
    001 EN 33
    001 FR 5
    000 EN 107
    000 FR 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
    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: