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) 

RMSO - Temporary Help Services in Edmonton AB, Yellowknife, NT
and Nunvavut

Solicitation number EW479-142553/A

Publication date

Closing date and time 2014/05/09 16:00 EDT

Last amendment date


    Description
    Trade Agreement: LCSA/AIT
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    Temporary Help Services in Edmonton, AB, Yellowknife, NT and
    Nunavut
    
    THIS PROCUREMENT INCLUDES A PORTION SET ASIDE FOR ABORIGINAL
    BUSINESS UNDER THE FEDERAL GOVERNMENT SET-ASIDE PROGRAM FOR
    ABORIGINAL BUSINESS
    
    New Aboriginal and non-aboriginal offers will be accepted every
    six (6) months
    
    
    This requirement is for the provision of temporary help services
    to federal government departments and agencies for one or more
    of the geographical Areas listed in Annex "A", on an as and when
    requested basis.
    
    There are 3 geographical Areas within this solicitation: 
    AB Edmonton
    NT Yellowknife
    Nunavut
    
    Offerors are to provide separate offers for each of the
    geographical Areas where they wish to provide services. 
    
    There are 4 temporary help services categories: 
    
    Administrative Support,
    Professional and Administrative,  
    Technical and Operational, 
    Telecommunications and Engineering Services. 
    
    These categories are further broken down into classifications
    viewable at:
    http://ont-sat-ths.tpsgc-pwgsc.gc.ca/procedures/services-eng.cfm
    
    Temporary help services may be required from Standing Offer
    Holders who provide the services of employees to others on a
    temporary basis when the incumbent employee is absent for a
    period of time; during a temporary workload increase, or when a
    position is in the process of being staffed.  
    
    Offers will be accessible to Identified Users through an
    electronic catalogue.  
    This electronic catalogue will be refreshed semi-annually (every
    6 months) to enable new offerors the ongoing opportunity to
    qualify for a Standing Offer, and to enable existing Standing
    Offer Holders to revise their rates or contacts, or qualify for
    additional Areas.  An updated Notice of Proposed Procurement
    (NPP) and a Request for Standing Offer (RFSO) will be posted on
    the Buy and Sell website 5 days after the close of each
    solicitation.  
    
    The period for making call-ups against the Standing Offer is
    from June 1, 2014 to May 31, 2015, with the right to request 2
    additional one year periods.
    
    There is a security requirement associated with this
    requirement.  For additional information, consult Part 6 -
    Security, Financial and Insurance Requirements, and Part 7A -
    Standing Offer. For more information on personnel and
    organization security screening or security clauses, offerors
    should refer to the Canadian Industrial Security Directorate
    (CISD), Industrial Security Program of Public Works and
    Government Services Canada
    (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    The requirement is limited to Canadian goods and/or services.
    
    This procurement is subject to the Tlicho Land Claims Agreement
    for the deliveries to Yellowknife and to the Nunavut Land Claims
    Agreement for the deliveries to Nunavut.
    
    This procurement includes a Voluntary Set-Aside for Aboriginal
    Business. 
    
    A.	FOR EXISTING STANDING OFFER HOLDERS: 
    
    1.	Existing Standing Offer Holders wishing to retain existing
    Standing Offers
    
    Standing Offer Holders who currently hold a Standing Offer
    issued under solicitation no. EW479-120783/A and who wish to
    rely on information submitted in response to these
    solicitations, must submit an offer that indicates:
    
    (i)	All mandatory criteria listed under 1.1.1 Mandatory
    Technical Criteria, Section B., items 1 through 		6, are still
    met and that all information provided under the previously
    listed solicitations remains 		true, accurate, unchanged and may
    be used for the purposes of this solicitation.
    
    Separate and complete offers must be provided for each
    geographical Area.
    
    For existing Standing Offer Holders who wish to retain their
    existing Standing Offer(s) and who submit in accordance with the
    requirements set out in this solicitation, Canada will proceed
    to grandfather the existing Standing Offer(s) as issued under
    the solicitation no. EW479-120783/A.
    
    2.	 Existing Standing Offer Holders offering services for
    additional geographical Areas
    
    If an Existing Standing Offer Holder wishes to submit for
    another geographical Area not previously issued to them, a brand
    new offer must be submitted.  Refer to section B - All Other
    Offerors, below.
    
    B.	ALL OTHER OFFERORS:
    
    Separate and complete offers must be provided per geographical
    Area for which offerors are wishing to provide services.
    
    In addition, only one offer per geographical Area, per Offeror
    will be accepted and evaluated.  If more than one offer is
    received per geographical Area, Canada will choose which offer
    to evaluate.
    
    1.	Offeror's commercial office for each geographical Area:
    
    (i)  	Offerors must demonstrate that they provide services from
    a fully-operational, permanent, commercial office for each
    geographical Area for which they are submitting an offer. 
    
    (ii) 	Offerors must demonstrate that they operate their
    commercial office during normal business
    hours (a minimum of 7.5 hours per day, any time from 7:30 a.m.
    to 5:30 p.m.) for each geographical Area for which they are
    submitting an offer.
    
    2.	Commercial office staff:
    
    (i)  	Offerors are to demonstrate that they maintain a minimum
    staff of two (2) full-time employees in their commercial office
    for each geographical Area for which they are submitting an
    offer.
    
    3.	Offeror standard response times:
    
    Offerors must demonstrate how they will meet the following:
    
    (i)  	Reply to an Identified User's queries within forty-eight
    (48) hours.
    
    (i)	Dispatch an appropriate resource to the identified client
    site within 48 hours 80% of the time. 
    
    4.	Offeror's Corporate experience related to classifications
    offered:
    
    (i)	Offerors must demonstrate that they have been in business
    for at least one (1) year; and
    
    (ii)	Must demonstrate that they have previously provided one or
    more of the offered classifications for a minimum of three (3)
    months.
    
    5.	Offeror process for testing candidates:
    
    The Offeror must describe the tools, procedures and instruments
    in place to test for the various skills and aptitudes for the
    types of classifications offered, for example:
    
    (i) 	What hard and soft skill tests are administered by the
    Offeror;
    
    6.	Offeror's Quality Control Process:
    
    Offerors must describe their firm's current internal quality
    control process to evaluate overall service of the firm/company;
    and the performance of the temporary help employees.
    
    THIS PROCESS MUST INCLUDE:
    
    (i)  	assessment of temporary help employee during assignment;
    and
    
    (ii)  	assessment of temporary help employee and your company,
    after assignment
    
    
    jasmine.scott@pwgsc-tpsgc.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)
    • Land Claim Set Asides (LCSA)

    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
    Scott, Jasmine
    Phone
    (780) 497-3578 ( )
    Fax
    (780) 497-3510
    Address
    ATB Place North Tower
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    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
    002
    French
    0
    000
    French
    2
    001
    French
    1
    002
    English
    1
    001
    English
    11
    000
    English
    29

    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
    ,
    Northwest Territories
    ,
    Nunavut Territory
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: