SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Long Service and Retirement Awards Program and Instant Awards Program

Solicitation number E60HS-19AWRD/A

Publication date

Closing date and time 2019/08/06 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    Long Service and Retirement Awards Program and Instant Awards Program  
    
    E60HS-19AWRD/A
    Vallejo, Veronica
    Telephone: 613-297-3978
    Email address: Veronica.Vallejo@pwgsc-tpsgc.gc.ca
    
    REVISION 005
    This revision is to modify the Request for Standing Offers and publish questions and answers.
    
    REVISION 004
    This revision is to modify the Request for Standing Offers.
    
    REVISION 003
    This revision is to publish Appendix A5 - Detailed Allocation of Points of Point Rated Technical Criteria - Long Service and Retirement Awards Program, Appendix B3 - Detailed Allocation of Points of Point Rated Technical Criteria - Instant Awards Program and to modify the Request for Standing Offers (RFSO).
    
    REVISION 002
    This revision is to publish Annex C2 - Pricing - Instant Awards Program.
    
    REVISION 001
    This revision is to publish Annex C1 - Pricing - Long Service and Retirement Awards Program.
    
    ---------------------------------------------------
    
    This requirement is to establish two (2) National Master Standing Offers (NMSO) for the provision of awards programs as follows:
    
    -  One (1) NMSO for the Long Service and Retirement Awards Program in accordance with Annex A - Statement of Work - Long Service and Retirement Awards Program, and Annex C1 - Pricing - Long Service and Retirement, and
    -  One (1) NMSO for the Instant Awards Program in accordance with Annex B - Statement of Work - Instant Awards Program, and Annex C2 - Pricing - Instant Awards Program. 
    
    This requirement is for an initial period from the date of issuance to November 30, 2022, with an option to extend the offer for two (2) additional periods of one (1) year.
    
    Offerors do not have to submit an offer for both Programs. However, offerors submitting an offer for a particular program must submit an offer for all the requirements of that program. For example, an offeror submitting an offer for the Long Service and Retirement Awards Program must submit an offer for all the requirements of that Program.
    
    The successful offeror (s) will have to develop the websites, one (1) for the Long Service and Retirement Awards Program, and one (1) for the Instant Awards Program. The websites must be operational within two (2) months after issuance of the Standing Offers.
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the delivery of the requirement detailed in the RFSO, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs). 
    
    This procurement may be subject to the Nunavut Land Claims Agreement, Gwich’in Comprehensive Land Claim Agreement, Sahtu Dene and Metis Comprehensive Land Claim Agreement, Tlicho Land Claims and Self-Government Agreement, Inuvialuit Final Agreement, Vuntut Gwich'in First Nation, First Nation of Nacho Nyak Dun, Teslin Tlingit Council, Champagne and Aishihik First Nations, Little Salmon/Carmacks First Nation, Selkirk First Nation, Tr'ondëk Hwëch'in First Nation, Ta'an Kwach'an Council, Kluane First Nation, Kwanlin Dun First Nation, Carcross/Tagish First Nation,  Maa-nulth Final Agreement, Nisga’a Final Agreement, Tsawwassen First Nation Final Agreement, James Bay and Northern Quebec Agreement, Northeastern Quebec Agreement, Nunavik Inuit Land Claims Agreement, Eeyou Marine Region Land Claims Agreement, Labrador Inuit Land Claims Agreement.
    
    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.
    
    The Phased Bid Compliance Process applies to this requirement.
    
    Debriefings:
    Offerors may request a debriefing on the results of the request for standing offers process. Offerors should make the request to the Standing Offer Authority within 15 working days of receipt of the results of the request for standing offers process. The debriefing may be in writing, by telephone or in person.
    
    Delivery Date: 17/06/2019
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Vallejo, Veronica
    Phone
    (613) 297-3978 ( )
    Email
    veronica.vallejo@tpsgc-pwgsc.gc.ca
    Address
    LEFTD - HS Division
    140, O’Connor Street/
    140, rue O’Connor,
    East Tower, 4th Floor/
    Tour Est, 4e 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
    005
    French
    7
    005
    English
    15
    French
    4
    004
    French
    0
    French
    2
    004
    English
    10
    English
    12
    English
    10
    003
    French
    2
    French
    2
    English
    4
    003
    English
    11
    002
    French
    0
    French
    4
    002
    English
    18
    English
    22
    001
    French
    0
    French
    3
    English
    21
    001
    English
    14
    000
    French
    13
    000
    English
    89

    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
    Procurement method
    Competitive – Open Bidding
    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: