SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Moves/Relocation Services

Solicitation number EN448-190627/A

Publication date

Closing date and time 2020/04/01 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    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: 
    
    NOTICE OF PROPOSED PROCUREMENT AMENDMENT 002
    
    This Notice of Proposed Procurement (NPP) Amendment is raised to insert the original NPP inofrmation that was removed in error.
    
    NOTICE OF PROPOSED PROCUREMENT
    
    Request for Supply Arrangement
    Relocation Services - Office Moves and Furniture Decommissioning 
    EN448-190627
    
    
    PERMANENT NOTICE:
    
    This is a permanent notice for the duration of the Relocation Services - Office Moves and Furniture Decommissioning Supply Arrangement (SA). As long as this permanent notice remains posted on GETS, Supply Arrangements will be issued to all suppliers that meet the qualification requirements of this RFSA.
    
    This RFSA will solicit new suppliers to become qualified suppliers under the Relocation Services - Office Moves and Furniture Decommissioning (SA). 
     
    The schedule below outlines the closing dates for each monthly evaluation. Arrangements received after the dates listed below will fall into the next monthly evaluation schedule. Due to the resources required to evaluate the arrangements, Canada has reserved the right to modify this schedule from monthly to quarterly depending on the number of arrangements received.
    
    Monthly submission of arrangements and evaluation periods: 
    
    The monthly closing date of submission of arrangements is every 15th of the month at 02:00 PM (EST/EDT) with the exception that if the 15th falls on weekends and statutory holidays, the new closing date will be the next regular working day.
    
    The evaluation period will be conducted during the last 2 weeks of every month.
    
    REQUIREMENT:
    
    PWGSC invites interested suppliers to respond to this RFSA for the provision of Relocation Services - Office Moves and Furniture Decommissioning. 
    
    This includes relocation services for federal employees, including office equipment, supplies and furniture, and decommissioning of office furniture, including dismantling, consolidation, relocation, and warehousing services (as required) for contents of offices, workplaces and various government facilities, within the National Capital Region (NCR). 
    
    Relocation services of employees include moving personnel office contents, equipment, supplies and furniture, as well as workplace furniture re-configuration and adjustments.  Decommissioning of office furniture include dismantling of furniture, stacking and consolidation of dismantled furniture components, as well as creating and maintaining an electronic inventory in MS Excel spreadsheet format of all material, equipment and furniture components including dismantled furniture supports and connection hardware. 
    
    For the majority of office floors in buildings occupied by the Government of Canada, each floor would have, workstations, meeting rooms, filing/storage cabinets, enclosed offices, a kitchenette, shared equipment (printer/photocopier/shredder) areas, 1 to 2 storage rooms, library area and/or file rooms. Floor content could include: workstations (panels, work surfaces, desks and jiffy poles), executive office suites, tables and chairs of various styles and sizes, filing and storage cabinets, storage racks, book shelves, office supplies, fixed and mobile shelving, whiteboards, printers, shredders, fax machines, fridges, microwaves, and other types of office equipment and furniture.
    
    The conference facilities, training rooms and collaborative zones at occupied Government of Canada buildings could have various types of seating and tables of various sizes, projection screens, etc.
    
    PERIOD OF THE SA
    
    The period of the SA will be for a period of three (3) years.
    
    SECURITY REQUIREMENT 
    
    1 There is a security requirement associated with the requirement of the Supply Arrangement. For additional information, see Part 6.2 - Security Requirements.” For additional information on security requirements, Suppliers 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.
    
    2 All Request for Proposal (RFP) issued against the SA will be subject to security requirement identified in the attached SRCL.  Therefore, suppliers are encouraged to obtain their organizational security clearance as well as their employees’ security clearance in a timely manner.
    
    3 Should suppliers wish to obtain a level of security, PWGSC will sponsor the suppliers so CISD can initiate procedures for security clearance. Suppliers desiring such sponsorship should consult page 1 of the RFSA.
    
    PROCUREMENT STRATEGY FOR ABORIGINAL BUSINESS (PSAB)
    
    This procurement is set aside under the federal government Procurement Strategy for Aboriginal
    Business. For more information on Aboriginal business requirements of the Set-aside Program
    for Aboriginal Business, refer to Annex 9.4 of the Supply Manual.
    
    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.
    
    Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.
    
    LOCATION OF SERVICES
    
    Supply Arrangements (SAs) is intended for the National Capital Region (NCR).
    
    MANDATORY TECHNICAL CRITERIA
    
    Suppliers must ensure that their Arrangement provides sufficient evidence for Canada to assess the compliance of their Arrangement with the mandatory requirements as indicated in the RFSA document.
    
    BASIS OF SELECTION
    
    An arrangement must comply with the requirements of the Request for Supply Arrangements and meet all mandatory technical evaluation criteria and financial evaluation criteria to be declared responsive.
    
    ENQUIRIES
    
    All enquiries regarding this requirement must be submitted in writing to the RFSA Authority:
     Philip Cowell
     Telephone No. - (613) 296-1922
     E-mail - Philip.cowell@tpsgc-pwgsc.gc.ca
    
    
    
    NOTICE OF PROPOSED PROCUREMENT AMENDMENT 001
    
    Request for Supply Arrangement
    Relocation Services - Office Moves and Furniture Decommissioning
    EN448-190627
    
    This Notice of Planned Procurement Amendment is raised to change the Goods and Services Identification Number (GSIN) to V502A - Relocation Services
    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

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Cowell, Philip
    Phone
    (613) 296-1922 ( )
    Email
    philip.cowell@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    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
    000
    English
    159
    000
    French
    20

    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
    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: