RFI - Bread and Bakery Products

Solicitation number E6TOR-17RM05/A

Publication date

Closing date and time 2017/11/20 13:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    RFI - Bread and Bakery Products
    
    E6TOR-17RM05/A
    Littlefield, Mike
    Telephone No. - (613) 545-8058 (    )
    Fax No. - (613) 545-8067 (    )
    
    Public Services and Procurement Canada (PSPC), on behalf of the Department of National Defence (DND) and Correctional Service Canada (CSC), is launching a Request for Information (RFI) in order to seek information and feedback from suppliers and the industry with regards to providing Bread and Bakery Products within the Ontario Region. 
    
    The objectives of this RFI are to:
    
    a) initiate discussions with industry on the procurement of  bread and bakery products;
    b) understand what suppliers have to offer and apply their expertise to develop a consistent process that achieves an effective result;
    c) elicit feedback from industry to questions posed;
    d) obtain supplier feedback on any issues that would impact their ability to bid on the resulting solicitation and/or deliver on the requirements;
    e) gather industry knowledge and recommendations with regard to best practices that would increase the success of the procurement and/or identify any risks that would impact the procurement; 
    f) advise industry to the fact that PSPC is planning on issuing a single Regional Master Standing Offer (RMSO), rather than a series of Regional Individual Standing Offers (RISO) for bread and bakery product requirements within the Ontario region;
    g) advise industry of the amalgamation and consolidation of CSC and DND requirements; and
    
    
    This RFI is neither a call for tender nor a Request for Standing Offers (RFSO). No agreement or contract will be entered into based on this RFI. The issuance of this RFI is not to be considered in any way a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This RFI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein.
    
    Although the information collected may be provided as commercial-in-confidence (and, if identified as such, will be treated accordingly by Canada), Canada may use the information to assist in drafting performance specifications (which are subject to change) and for budgetary purposes.
    
    Respondents are encouraged to identify, in the information they share with Canada, any information that they feel is proprietary, third party or personal information. Please note that Canada may be obligated by law (e.g. in response to a request under the Access of Information and Privacy Act) to disclose proprietary or commercially-sensitive information concerning a respondent (for more information: http://laws-lois.justice.gc.ca/eng/acts/a-1/).
    
    Participation in this RFI is encouraged, but is not mandatory. There will be no short-listing of potential suppliers for the purposes of undertaking any future work as a result of this RFI. Similarly, participation in this RFI is not a condition or prerequisite for the participation in any potential subsequent solicitation.
    
    Respondents will not be reimbursed for any cost incurred by participating in this RFI.
    
    The RFI closing date published herein is not the deadline for comments or input. Comments and input will be accepted any time up to the time a follow-on solicitation is published.
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Littlefield, Mike
    Phone
    (613) 545-8058 ( )
    Email
    mike.littlefield@pwgsc-tpsgc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    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

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.