SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Market Research

Solicitation number 23145-171754/A

Publication date

Closing date and time 2017/06/13 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Market Research
    
    23145-171754/A
    Amaral, Paola
    Telephone No. - (613) 998-8588
    
    
    NATURE OF REQUIREMENT 
    
    Public Works and Government Services Canada (PWGSC), on behalf of Natural Resources Canada (NRCan), is seeking for a contractor to an
    alyze the current fenestration market (windows, doors, and skylights) 
    in Canada and to develop a strategy to increase its energy efficiency 
    by 2030. 
    
    
    SOURCING
    
    The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
    
    
    EVALUATION CRITERIA 
    
    MANDATORY EVALUATION CRITERIA
    
    M.1 PRIMARY RESOURCE
    
    The Bidder MUST identify one (1) individual who they propose to act as 
    a Primary Resource, and provide a copy of their current CV.
    
    
    M.2  EDUCATION / EXPERIENCE - PRIMARY RESOURCE
    
    The proposed Primary Resource in M.1 MUST have:
    
    a) a post-secondary degree in Engineering or Science from a recognized Canadian university or the equivalent as established by a recognized Canadian academic credentials service* if obtained outside Canada, AND at least five (5) years of experience testing or certifying fenest
    ration products or consulting in the area of fenestration or managing/selling fenestration products for a fenestration manufacturer during the period of January01, 2010 to the date of bid closing;
    
    OR
    
    b) a post-secondary diploma or certificate in Engineering Technology from a recognized Canadian university or college, or the equivalent as established by a recognized Canadian academic credentials service* if obtained outside Canada, AND at least eight (8) years of experience testing or certifying fenestration products or consulting in the area of fenes
    
    tration or managing/selling fenestration products for a fenestration manufacturer during the period of January 01, 2010 to the date of bid closing;
    
    *The list of recognized organizations can be found under the Canadian Information Centre for International Credentials website, at the following internet link: http://www.cicic.ca/indexe.stm
    
    
    M.3  SAMPLE REPORTS - PRIMARY RESOURCE
    
    To demonstrate of the proposed Primary Resource’s experience, the 
    Bidder MUST submit two (2) technical or marketing reports pertaining to 
    
    fenestration products managed by the Primary Resource and completed during the period of January 01, 2010 to the date of bid closing;
    
    Each project sample submitted must meet the following criteria:
    
    • Must be at least 2 pages in length (single spaced)
    • Must demonstrate a component of analysis (i.e. not just a descriptive 
    
    report)
    
    Note: Reports submitted will be evaluated in the Point Rated Technical Evaluation R.7 - Primary Resource - Report Writing. 
    
    
    M.4  FINANCIAL PROPOSAL / BASIS OF PAYMENT 
    
    The Bidder must provide complete costing information strictly in accordance with Annex “B” Pricing and List of Deliverables. 
    
    
    POINT RATED EVALUATION CRITERIA
    
    R.1: KNOWLEDGE OF THE FENESTRATION INDUSTRY IN CANADA 
    
    The bidder should provide a detailed summary of their knowledge of the fenestration industry in Canada for each of the following fenestration sub-categories:
    
    a) Windows and doors intended for installation in a low-rise re
    sidential building (National Building Code Part 9).
    b) Skylights intended for installation in a low-rise residential building (National Building Code Part 9).
    c) Windows intended for installation in a high-rise residential or ot
    her commercial buildings (National Building Code other than or non-Part 
    9)
    .
    
    Each summary should only detail one sub-category. The combined 
    summaries should not exceed three (3) pages.
    
    
    R.2: PROJECT MANAGEMENT SAMPLES
    
    The Bidder should provide a description of the two (2) projects in 
    which the Bidder participated in a professional capacity, and should include the following elements for each project:
    
    a) Project title, client name, and industry sector;
    b) Planned and actual dollar values;
    c) Planned start and finish dates and actual start and finish dates; 
    and   
    d) Attestation: The bidder should submit a brief attestation of performance signed by the client for each project submitted. The attestations should clearly reference the specific project and state that the work was conducted to the satisfaction of the client. A client attest
    
    ation template is included as Annex “E”. 
    
    
    R.3: PROJECT EXPERIENCE SAMPLES
    
    The Bidder should provide a summary of two (2) projects (cannot be the same two projects submitted in R.1) in which the Bidder participated in a 
    
    professional capacity. The projects’ start dates shouldbe after 
    January 01, 2010.
    
    Each project summary should include a description of the project, including:
    
    a) Project title, client name and industry sector;
    b) Nature of services provided, product category and project 
    objectives;
    c) Topics addressed and relative to energy efficiency;
    d) Attestation: The bidder should submit a brief attestation of performance signed by the client for each project submitted. The attestations should clearly reference the specific project and state that the workwas conducted to the satisfaction of the client. A client attest
    
    ation template is included as Annex “E”. 
    
    Each project summary should not exceed one (1) page.
    
    
    R.4:  KNOWLEDGE OF REGULATORY AND STANDARDS DEVELOPMENT PROCESS IN A CANADIAN CONTEXT
    
    The Bidder should demonstrate knowledge of current regional, national and international activities related to fenestration products. 
    
    In an essay format, the Bidder should answer the following:
    
    a) Describe the Canadian standards development process.
    b) Describe the Canadian energy efficiency regulatory process.
    c) Identify Canadian market barriers and trends regarding fenestration products.
    d) Provide an overview of another energy efficiency program or regulatory process, at the regional, national, or international level, which has an impact on the Canadian market for fenestration products.
    e) Provide an overview of the Canadian market for fenestration produc
    ts, and identify approaches used to determine product costs, shipments and sales figures.
    
    The combined essay should not exceed three (3) pages and should clearly 
    iden
    tify the questions being addressed.
    
    
    R.5:  KNOWLEDGE OF MARKET TRANSFORMATION PROGRAMS IN A CANADIAN CONTEXT
    
    The Bidder should demonstrate knowledge of current regional and 
    national activities related to fenestration products. 
    
    In an essay format, the Bidder should answer the following:
    
    a) Describe how a market transformation program works to increase 
    energy efficiency in the marketplace.
    b) Provide an overview of a current national or regional market transformation program in Canada with respect to fenestration products.
    
    The combined essay should not exceed three (3) pages and should clearly 
    
    identify the questions being addressed.
    
    
    R.6:  PRIMARY RESOURCE - PROJECT EXPERIENCE
    
    The Bidder should provide a description of one (1) project related to energy efficiency, in which the proposed Primary Resource participated as lead technical expert, other than the projects submitted under R2. The projects’ start dates should be after January 01, 2010.
    
    The project summary should include a description of the project, including:
    
    • Nature of services provided;
    • Product category; 
    • Project objectives;
    • Topics addressed; 
    • Approach employed; 
    • Relation to energy efficiency; and
    • Role of the Primary Resource
    
    The project description should not exceed two (2) pages.
    
    
    R.7:  PRIMARY RESOURCE - TECHNICAL EXPERIENCE 
    
    Within the context of an energy efficiency market transformation 
    program in Canada, the Bidder should provide a description outlining 
    the proposed Primary Resource’s experience in the following areas of expertise, as described in Sections A.4 to A.10 of Annex A of the Statement of Work.:
    
    • Task 1:Technical Assessment;
    • Task 2: Market Assessment;
    • Task 3: Selection of Benchmarks;
    • Task 4: Benchmark Analysis;
    • Task 5: Stakeholder Database;
    • Task 6: Dealer and Consumer Impacts;
    • Task 7: Assessment of Possible ENERGY STAR Program Changes
    
    The combined descriptions should not exceed three (3) pages.
    
    
    R.8:  PRIMARY RESOURCE - REPORT WRITING
    
    The Bidder’s Primary Resource should be able to write and present reports effectively.
    
    As outlined in M.3, the Bidder must provide two reports authored by the 
    
    proposed Primary Resource.
    
    The quality of the submitted projects will be rated based the following 
    
    criteria:
    
    a) Concise and effective writing;
    b) Spelling and grammar; and
    c) Quality of data presentation.
    
    
    R.9:  PARTICIPATION IN COMMITTEES AND ASSOCIATIONS
    
    The Bidder should provide the names of committees, councils, associations, or any other organizations related to fenestration products or energy efficiency in which the Bidder or the proposed Primary Resource is a member.
    
    In addition, the Bidder should specify the nature, and provide documentation of, the Bidder’s or the proposed Primary Resource’s participation in standards development activities.
    
    As an example, membership in CSA Group, ASTM, Fenestration Canada, and Consortium for Energy Efficiency (CEE) committees would be acceptable, provided they are committees related to fenestration products.
    
    
    R.10: DATA COLLECTION METHODOLOGY
    
    The Bidder should provide a proposed description of the methodology and rese
    
    arch procedures for Tasks 2, 5 and 6 as per the table below. Bidders should provide a rationale for these choices as part of their proposal, as
    
     well as address the rationale for the approach and a description of potential challenges/problems that could arise and how each will be addressed. 
    
    
    BASIS OF SELECTION
    
    Highest Combined Rating of 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 criteria; and 
    
    c. obtain the required minimum points specified for each criterion for the technical evaluation, and 
    
    d. obtain the required minimum of 113 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 200 points. 
    
    2. Bids not meeting (a) or (b) or (c) and (d) will be declared non-responsive. 
    
    3. The selection will be based on the highest responsive combined ra
    ting 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 firm price or rate will be prorated against the lowest firm price or rate for each individual category of service. The ratio of 30% will be calculated as follows: Lowest Bid Evaluation Value (BEV) multiplied by 30 points divided by Bidder’s Bid Evaluation Value (BEV) = Total Weighted Financial Score. 
    
    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 wi
    
    th the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and pricewill be recommended for award of a contract. 
    
    
    All inquiries regarding aspects of this request for proposal should be e-mailed to: 
    Paola.Amaral@pwgsc-tpsgc.gc.ca
    
    All solicitation documents must be obtained through http://buyandsell.gc.ca
    
    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
    Amaral, Paola
    Phone
    (613) 998-8588 ( )
    Email
    paola.amaral@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    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
    002
    French
    0
    002
    English
    6
    001
    French
    0
    001
    English
    6
    000
    French
    3
    000
    English
    41

    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 – Open Bidding
    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: