RFSO Hotel Sevices-Ottawa-for CIHR

Solicitation number 0E174-190529/B

Publication date

Closing date and time 2020/01/15 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    RFSO Hotel Sevices-Ottawa- for CIHR
    
    0E174-190529/B
    Dumoulin Daguilh, Mireille
    This bid solicitation cancels and supersedes previous bid solicitation number #0E174-190529/A dated 7 August 2019 with a closing of 16 September 2019 at 2:00 pm. 
    
    Some suppliers are invited directly to this re-solicitation process.
    
    The Canadian Institutes of Health Research (CIHR) is Canada's federal funding agency for health 
    Research. CIHR provides financial supports to researchers from across Canada, in four pillars of health research: biomedical; clinical; health systems services; and population health.
    
    The CIHR is looking for hotel services in Ottawa, Ontario, Canada, including: 
    
    -accommodation services (guest rooms);
    -catering services;
    -meeting rooms; and
    -logistical support.
    
    Services are required to fully accommodate and satisfy the Volunteer Scientific Experts, Researchers, Peer Reviewers and Ad Hoc Meetings of CIHR, on an “as and when requested” basis, using multiple Standing Offers (up to 10 Standing Offers) for a period of 5 years, starting in February 2020 and including two 1-year option periods. 
    
    Approximately 140 meetings are required in a 1-year period and correspond to an estimated maximum number of 4,000 guest room nights. 
    The meetings are typically held on weekdays during the day.  However, some meetings may include evenings and weekends. 
    Offerors will be classified in 2 Streams:
    i.Stream 1: 
    -Meeting rooms: minimum size of 800 square feet, for up to 36 people; and
    -During peak meeting periods involving a minimum of 40 meetings over a four to five-week period (which typically occurs no more than twice a year), luncheon arrangements can be for up to 200 guests; or
    ii-Stream 2: 
    -Meeting rooms: minimum size of 500 square feet, for up to 25 people; and 
    -During Ad-hoc meetings, luncheon arrangements can be for up to 50 guests.
    Up to 5 Standing Offers may be issued for each Stream.
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canadian Free Trade Agreement (CFTA), the Canadian Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada Kora Free Trade Agreement (CKFTA) and Canada Ukraine Free Trade Agreement (CUFTA).
    
    There is no security requirements associated with the requirement of the Standing Offer.
    
    The Contractor’s hotel establishment must be located within a 10 kilometer radius of the CIHR Head Office located at 160 Elgin Street, Ottawa, Ontario, Canada, K1A 0W9.
    
    The Request for Standing Offers includes Technical and Financial mandatory criteria. The financial mandatory criteria are the following:
    
    1-The Offeror’s Guest Room Rates MUST be equal or less than the Offeror’s guest room rates contained in the Public Services and Procurement Canada (PSPC) Accommodation and Car Rental Directory in effect at time of bid closing;
    2- Offeror must quote their prices, for catering services, below or up to the limitation of expenditure shown in Annex B, table 1. Any offeror who exceeds the limitation of expenditure for any of the catering services, will be disqualified from the bidding process and be given no further consideration.
    Offers must be submitted by email, only to Public Works and Government Services Canada (PWGSC) by the date, time and place indicated on page 1 of the RFSO;
    Due to the nature of the Request for Standing Offers, transmission of offers by facsimile to PWGSC will not be accepted.
    
    During the evaluation process, CIHR representatives will conduct a site visit of the Offeror’s premises to determine the adequacy/accuracy of the information contained in the offer. The site visit is mandatory.
    
    Basis of selection: An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical and financial evaluation criteria to be declared responsive. The  responsive offers with the lowest evaluated prices will be recommended for issuance of a Standing Offer (Stream 1 and/or Stream 2).
    
    At the time of call up issuance, when a requirement is identified, the identified user will contact the highest-ranked offeror to determine if the requirement can be satisfied by that offeror. If the highest-ranked offeror is able to meet the requirement, a call-up is made against its standing offer. If that offeror is unable to meet the requirement, the identified user will contact the next ranked offeror. The identified user will continue and proceed as above until one offeror indicates that it can meet the requirement of the call-up. In other words, call-ups are made based on the "right of first refusal" basis.
    
    
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    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
    Dumoulin Daguilh, Mireille
    Phone
    (819) - ( )
    Email
    mireille.dumoulindaguilh@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier, East Tower 7th
    L'Esplanade Laurier, Tour est 7e ét
    140 O'Connor, Street,
    140 O'Connor, rue O'Connor
    Ottawa, Ontario, K1A 0R5

    Buying organization(s)

    Organization
    Canadian Institutes of Health Research
    Address
    160 Elgin Street
    Ottawa, Ontario, K1A0W9
    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
    French
    2
    000
    English
    29

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price