Transcription Services
Solicitation number 86100-170005/A
Publication date
Closing date and time 2019/06/11 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: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Please Note: Offers must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the Request for Standing Offers. OR If the Offeror chooses to submit its offer electronically, they should communicate with the Bid Receiving Unit (BRU) 6 days before the date of bid closing. The BRU can be contacted via e-mail at the following address: TPSGC.DGAreceptiondessoumissions-ABBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca ******************** Immigration and Refugee Board of Canada (IRB) is seeking to establish a departmental individual Standing Offer for Transcription services of client-provided recordings of legal and court proceedings on an "as-and-when-requested" basis to Identified Users across Canada. PSPC intends to award multiple Standing Offers for services. Offerors may submit an offer for delivery of services from any location in Canada. Offerors have the option of providing verbatim transcription services in a variety of service-level tiers and Offerors have the option of providing those services in English only (stream 1), French only (STREAM 2), or in both languages (STREAMS 1 & 2). Delivery points for the requested transcription services will be across the country. The RFSO is organized by level of service and by language of service. The RFSO contains three service-level tiers. Tier 1 is for requirements that do not exceed 15,000 transcribed words, Tier 2 is for requirements that fall between 15,001- 30,000 transcribed words, and Tier 3 is for requirements that exceed 30,001 words. Word counts refer to the daily transcription capacity of the Offeror. The RFSO contains two language streams. Stream 1 is for English-only verbatim transcription. Stream 2 is for French-only verbatim transcription. The period of the Standing Offer is from the date of Standing Offer award to April 30, 2020 with four (4) one (1) year options to extend. 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 Offer (RFSO) is to establish National Individual Standing Offers for the requirement detailed in the RFSO, to the Identified Users in Toronto, Montreal, and Vancouver, 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. Offerors who do not currently hold the required security credentials described at Part 7 are still encouraged to submit an offer. Offerors are invited to contact the Contracting Authority to discuss security sponsorship as soon as possible, prior to bid closing. Offerors who’ve submitted a bid and who are found to qualify for issuance of a Standing Offer will be subsequently sponsored to obtain a valid security clearance. Sponsorship for security clearance is no guarantee of obtaining security clearance, nor is it a guarantee of the issuance of a Standing Offer. 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). 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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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 étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Immigration and Refugee Board
- Address
-
344 Slater StreetOttawa, Ontario, K1A0K1Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__CY.B034.E77008.EBSU005.PDF | 005 |
English
|
25 | |
ABES.PROD.PW__CY.B034.F77008.EBSU005.PDF | 005 |
French
|
8 | |
ABES.PROD.PW__CY.B034.E77008.EBSU004.PDF | 004 |
English
|
19 | |
ABES.PROD.PW__CY.B034.F77008.EBSU004.PDF | 004 |
French
|
1 | |
ABES.PROD.PW__CY.B034.E77008.EBSU003.PDF | 003 |
English
|
20 | |
ABES.PROD.PW__CY.B034.F77008.EBSU003.PDF | 003 |
French
|
5 | |
ABES.PROD.PW__CY.B034.E77008.EBSU002.PDF | 002 |
English
|
23 | |
ABES.PROD.PW__CY.B034.F77008.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.PW__CY.B034.E77008.EBSU001.PDF | 001 |
English
|
25 | |
ABES.PROD.PW__CY.B034.F77008.EBSU001.PDF | 001 |
French
|
5 | |
ABES.PROD.PW__CY.B034.E77008.EBSU000.PDF | 000 |
English
|
111 | |
ABES.PROD.PW__CY.B034.F77008.EBSU000.PDF | 000 |
French
|
18 |
Access the Getting started page for details on how to bid, and more.