Transcription Services

Solicitation number EN578-191384/A

Publication date

Closing date and time 2019/01/07 14:00 EST

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: 
    
    The purpose of this Request for Standing Offer (RFSO) is to establish a Department Individual Standing Offer (DISO) for Transcription Services, on an "as-and-when-requested" basis, of client supplied audio/video recordings. The offeror must provide at least one or both of the following types of transcription services:
    
    1) On an "if and when requested basis", provide verbatim transcripts of client provided audio / video including speeches, press conferences, interviews etc. (excludes court and legal proceedings and radio /TV transcripts)
    
    2) On an "if and when requested basis", provide verbatim transcripts of client provided audio / video of public hearings, inquiries, tribunals etc. conducted by Federal government departments, commissions and agencies (excludes onsite court reporting)
    
    The RFSO contains 2 streams and offerors have the option to submit an offer for either stream 1 OR stream 2 OR both stream 1 and stream 2. For each stream, offerors also have the option to submit offers for English transcription services and /or for French transcription services and /or bilingual (English and French) transcription services. 
    
    STREAM 1: GENERAL (English and/ or French and/or Bilingual transcription services option) - verbatim transcripts of client provided audio / video of events including speeches, press conferences, interviews etc. (excludes court and legal proceedings and radio /TV transcripts)
    
    STREAM 2: LEGAL AND COURT PROCEEDINGS (English and/ or French and/or Bilingual transcription services option)- verbatim transcripts of client provided audio / video of public hearings, inquiries, tribunals (excludes onsite court reporting)
    
    Separate Standing Offers will be issued to qualified offerors, for each stream 1 and stream 2, and for languages (English and/or French and /or Bilingual) selected by the offerors.
    
    The period of the standing offer is from January 31st, 2019 to December 31, 2019 with optional four (4) additional one year periods.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    The requirement is limited to Canadian services.
    
    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers. 
    
    This RFSO allows offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method.
    
    Security Requirements 
    
    There are security requirements associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, offerors should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    The security requirement for each call-up will be determined by the Project Authority and will depend on the nature of work bring transcribed. Security requirements for individual call-ups will range from no security required to up to Protected A / B and may include personnel, facility and / or IT security. 
    
    Phased Bid Compliance Process
    
    The Phased Bid Compliance Process applies to this requirement.
    
    Anticipated migration to an e-Procurement Solution (EPS)
    
    Canada is currently developing an online EPS for faster and more convenient ordering of goods and services. In support of the anticipated transition to this system and how it may impact any resulting Standing Offer that is issued under this solicitation, refer to 7.15 Transition to an e-Procurement Solution (EPS).
    
    The Government of Canada’s press release provides additional information. 
    
    
    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
    Stone, Caitlin
    Phone
    (343) 548-8791 ( )
    Email
    caitlin.stone@pwgsc-tpsgc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    004
    English
    25
    004
    French
    5
    003
    English
    13
    003
    French
    3
    002
    English
    17
    002
    French
    1
    001
    English
    22
    001
    French
    2
    000
    English
    101
    000
    French
    16

    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: