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)

    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
    Immigration and Refugee Board
    Address
    344 Slater Street
    Ottawa, Ontario, K1A0K1
    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
    005
    English
    25
    005
    French
    8
    004
    English
    19
    004
    French
    1
    003
    English
    20
    003
    French
    5
    002
    English
    23
    002
    French
    1
    001
    English
    25
    001
    French
    5
    000
    English
    111
    000
    French
    18

    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
    British Columbia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest 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: