Facsimile Equipment (non-secure)

Solicitation number EC095-130003/A

Publication date

Closing date and time 2014/10/30 13:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: If 3+ bids offer Canadian goods/services
    other bids will not be considered
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Facsimile Equipment  (non-secure)
    
    EC095-130003/A
    
    This Request for Standing Offer (RFSO) describes Canada's
    requirements that will lead to the establishment of multiple
    mandatory National Master Standing Offers (NMSOs) to supply,
    configure, deliver, install (if requested), and provide
    warranty/support services for non-secure facsimiles (including
    accessories and supplies) on an "as and when requested" basis to
    locations throughout Canada, excluding Comprehensive Land Claims
    Areas (CLCA). 
    
    For requirements of secure facsimiles and for required of
    non-secure facsimiles with delivery points in CLCA areas, other
    sourcing methods will be used.
    
    Resulting NMSOs will be valid from 15 November 2014, or date of
    award, to 14 November 2015, with Canada retaining the right to
    request two extensions of up to 1 year each.
    
    It is anticipated that multiple Standing Offers will be
    authorized as a result of this Request for Standing Offer. 
    Pricing and technical information about all products offered
    will be distributed to identified users via an Intranet site
    where in addition to a complete copy of each authorized standing
    offer a quick reference guide that ranks all offers in each
    category in accordance with the evaluated cost per page for each
    facsimile will be also available, enabling judicious selection
    of the facsimile equipment best suited to meeting the identified
    user's operational requirements.
    
    This RFSO includes categories of equipment that are intended to
    satisfy the majority of the Government of Canada's non-secure
    facsimile needs.
    
    For non-secure facsimile requirements that PWGSC determines
    cannot be met by any of these categories, other purchasing
    methods will be used.  However, the resulting NMSOs are intended
    to be the primary purchasing instrument for non-secure
    facsimiles for the Government of Canada.
    All potential suppliers capable of meeting the requirements of
    this RFSO are invited to make offers.
    
    Offerors are not required to be the manufacturer of the products
    to submit an offer, although the manufacturer must certify that
    non-manufacturer Offerors are authorized to supply and/or
    service their equipment.
    
    Offers will be evaluated on a Category basis.  Therefore, if an
    Offeror wishes to submit an offer in only one specific category,
    then it has the opportunity to do so.  It is not mandatory to
    make an offer or be selected in all categories to be issued a
    Standing Offer.
    
    During the Standing Offer Period, Offerors will have the
    opportunity every (6) six months to propose substitute products
    that offer equal or better value to Canada.  Canada also
    reserves the right to add new categories during the Standing
    Offer.  All Offerors will also have the opportunity to refresh
    their prices every (6) six months.  Canada reserves the right to
    revise this time period if necessary.
    
    Offerors are encouraged to submit any questions they have
    regarding the bidding or evaluation process or the resulting
    Standing Offer or Contract clauses to the Standing Offer
    Authority identified in the solicitation.
    
    The Identified Users authorized to make call-ups against the
    Standing Offer include any government department, agency or
    Crown Corporation listed in Schedules I, I.1, II, III, IV and V
    of the Financial Administration Act, R.S.C.  1985, c.  F-11.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    Offerors must meet all other evaluation criteria detailed in the
    solicitation document.
    
    This PWGSC office provides procurement services to the public in
    both official languages of Canada.
    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)
    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
    Bourque, Annette
    Phone
    (506) 851-2325 ( )
    Fax
    (506) 851-6759
    Address
    1045 Main Street
    1st Floor, Lobby C
    Unit 108
    Moncton, NB, E1C 1H1

    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. 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
    Foreign
    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.