SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

POR - Qualitative Research

Solicitation number 51019-181009/A

Publication date

Closing date and time 2018/12/03 14:00 EST


    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: 
    
    The information contained in this notice is a summary of the requirement. Bidders must refer to the solicitation documents for a full description of the requirement and instructions.
    
    
    NATURE OF REQUIREMENT 
    
    Public Works and Government Services Canada (PWGSC), on behalf of Veteran Affairs Canada (VAC), has a requirement to conduct a qualitative public opinion research survey for the Client Experiences with Veterans Affairs Canada Rehabilitation Program and Case Management Services in order to:
    
    - Gather information on Veteran health and well-being and the extent to which programs are effective in meeting recipients’ needs; and
    - Gather information that would support improvements to service delivery and policy development.
    
    
    PERIOD OF THE CONTRACT
    
    The period of the contract will be from the effective date to September 30th, 2019, with the possibility of two (2) additional one (1) year option periods. 
    
    
    ENQUIRIES
    
    All enquiries regarding aspects of this request for proposal should be e-mailed to: 
    Paola.Amaral@pwgsc-tpsgc.gc.ca no later than the deadline indicated in the RFP. 
    
    
    SOURCING
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian goods and/or services.
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation for bid submission. Bidders must refer to Part 2 of the bid solicitation entitled Instructions to bidders for further information.
    
    The Phased Bid Compliance Process applies to this requirement.
    
    
    EVALUATION CRITERIA 
    
    
    MANDATORY EVALUATION CRITERIA
    
    
    M.1 CLIENT LIAISON
    
    The proposal must identify one (1) individual who they propose to act as a client liaison in English and one (1) individual to act as a client liaison in French. The proposal must submit the language profile for each proposed individual. 
    
    The individual identified for each language can be the same person. The Client Liaison does not need to be a senior researcher, but must have knowledge of POR. 
    
    
    M.2 SENIOR RESEARCHER
    
    The proposal must identify a minimum of one (1) senior researcher, with a minimum of five (5) years’ experience, who they propose to design research, conduct fieldwork, analyze results, and write reports in English and a minimum of one (1) senior researcher, with a minimum of five (5) years’ experience, who they propose to design research, conduct recruitment, conduct fieldwork, analyze results, and write reports in French. 
    
    This individual identified for each language can be the same person. A Curriculum Vitae (CV) for each person identified must be submitted. The CV’s will be evaluated in the rated requirements under R.3.
    
    
    M.3 SAMPLE PROJECTS- SENIOR RESEARCHER 
    
    To demonstrate the experience of the proposed Senior Researcher(s) the proposal must include two (2) qualitative POR projects (sample projects) for each official language for which the researcher is submitted. The same sample projects can be submitted for both the English and the French sample projects if the same proposed Senior Researcher conducted the fieldwork in both official languages. 
    
    Each sample project submitted must meet the following criteria:
    
    a) The Senior Researcher must have conducted at least 6 individual interviews, in the language for which they are proposed;
    b) The fieldwork projects must have been completed in the last three (3) years preceding the bid closing date.
    c) At least one of the sample projects must be national* in scope
    
    *National is defined as a sample project where interviews were conducted in at least three (3) regions of Canada. The regions are: 
    
    • British Columbia; 
    • Prairies (Alberta, Saskatchewan, Manitoba); 
    • Ontario; 
    • Quebec;
    • Atlantic (New Brunswick, Nova Scotia, Prince Edward Island, Newfoundland and Labrador); and
    • The Territories (Yukon, Northwest Territories, Nunavut).
    
    Note: Samples submitted with be evaluated in the Point Rated Technical Evaluation R.4: Sample Projects - Senior Researcher. Please use the sample project format in R.4 to submit samples.
    
    
    M.4 FINANCIAL PROPOSAL/BASIS OF PAYMENT
    
    The Bidder must provide a firm, all-inclusive price, for the initial contract period and each of the option periods in accordance with Annex "B2" - Pricing - Qualitative Research. 
    
    
    M.5 SECURITY REQUIREMENTS
    
    At the date of bid closing, the following conditions must be met:
    
    a) The bidder must hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B. Document Safeguarding is the authorization to store, handle and protect Protected or Classified information or assets at the supplier’s work site(s). 
    
    b) The bidder’s proposed personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS.
    
    NOTE: The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/PWGSC has issued written approval.  After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B.
    
    These clearances must be issued/granted by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    
    POINT RATED EVALUATION CRITERIA
    
    
    R.1:  UNDERSTANDING THE REQUIREMENT
    
    The proposal should include a narrative summary which reflects their understanding of the Statement of Work. 
    
    Simply repeating the Statement of Work, in whole or in part, does not indicate an understanding of the sample project’s aims and objectives or the ability to carry it out.
    
    
    R.2:  METHODOLOGY AND RESEARCH PROCEDURES
    
    The proposal should include a complete description of the methodology and research procedures, including a proposed approach that involves strategic choices in relation to the population that can be effectively covered, the type of techniques that are practical given the geographic location, the ease/difficulty of conducting research, and the suitability of the given techniques for the target population. Proposals should include a rationale for these choices as part of the proposal, as well as address the rationale for the approach, a description of the approach to analysis and potential challenges/problems that could arise and how each will be addressed. 
    
    The following rated criteria will be used for evaluation:
    
    Section I: Methodology 
    
    The degree to which the proposal describes a suitable methodology, including a proposed approach that involves strategic choices in relation to the population that can be effectively covered, the type of techniques that are practical given the recruitment list, the ease/difficulty of conducting research, and the suitability of the given techniques for the target population.
    
    Section II: Recruitment Procedures 
    
    The degree to which the proposal describes and rationalizes the recruitment method(s) and mitigation of a small sample source(s). Describe and rationalize proposed techniques used to segment participants into specific demographic or attitudinal categories.
    
    Section III: Data Collection Capability and Quality Control 
    
    The degree to which the proposal describes and rationalizes the data collection capability and all quality control mechanisms that will be in place to ensure the reliability and validity of the results.
    
    Section IV: Analysis 
    
    The degree to which the proposal describes and rationalizes a rigorous approach to data analysis that is methodologically congruent with the research objectives.
    
    Section V: Addressing Issues and Challenges 
    
    The degree to which the proposal describes potential challenges/problems that could arise and how each will be addressed. For example:
    
    • People with disabilities
    • Sensitive populations
    • Elderly populations
    • Accessibility issues
    • Recruiting issues
    
    
    R.3:  QUALIFICATIONS - SENIOR RESEARCHER
    
    The CV of each Senior Researcher proposed in M.2 will be evaluated as follows:
    
    a) Academic qualifications / training / certifications / publications / awards and memberships relevant to the design, conduct and reporting of quantitative public opinion research.
    
    b) Work experience - for each Senior Researcher proposed, the proposal should include the total number of months and years (ex. 6 years and 4 months) of relevant experience for each Senior Researcher.
    
    
    R.4:   SAMPLE PROJECTS - SENIOR RESEARCHER(S)
    
    Sample project experience will be evaluated based on the following criteria:
    
    If more than one (1) senior researcher is proposed, the points will be averaged across all of them. However, the proposed resources that do not meet the minimum points will not be named in the contract.
    
    a) The target audience of the sample project was with the Canadian adult general public or sub-groups of the Canadian adult population.
    
    b)  The subject matter of the sample projects should be related to quality of service, communication or policy and programs.
    
    c) The senior researcher’s relevant expertise in the 1) design and 2) analysis or reporting for the component of the study, is demonstrated through their role and contribution to the successful outcome of the two (2) sample projects submitted under Mandatory requirement M.3.
    
    If more than one (1) senior researcher is proposed, the points will be averaged across all of them. However, the proposed resources that do not meet the minimum points will not be named in the contract.
    
    
    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 technical evaluation criteria; and
    c. obtain the required minimum of 1030 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 1600 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 rating of technical merit and price. The ratio will be 60% for the technical merit and 40% 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 60%.
    
    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 40% will be calculated as follows: Lowest Average Firm Contract Price multiplied by 40 points divided by Bidder’s Average Firm Contract Price = Weighted Financial Score for Firm Contract Price for Initial and Optional Contract Periods.
    
    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.
    
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Veterans Affairs Canada
    Address
    Jean Canfield Building, 1st Floor, 191 Great George Street
    Charlottetown, Prince Edward Island, C1A 4L2
    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
    000
    English
    52
    000
    French
    9

    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: