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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Bourque, Annette
- Phone
- (506) 851-2325 ( )
- Fax
- (506) 851-6759
- Address
-
1045 Main Street
1st Floor, Lobby C
Unit 108Moncton, NB, E1C 1H1
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| ABES.PROD.PW_MCT.B006.E4886.EBSU005.PDF | 005 | EN | 14 | 2014/10/23 |
| ABES.PROD.PW_MCT.B006.F4886.EBSU005.PDF | 005 | FR | 3 | 2014/10/23 |
| ABES.PROD.PW_MCT.B006.E4886.EBSU004.PDF | 004 | EN | 13 | 2014/10/10 |
| ABES.PROD.PW_MCT.B006.F4886.EBSU004.PDF | 004 | FR | 0 | 2014/10/10 |
| ABES.PROD.PW_MCT.B006.E4886.EBSU003.PDF | 003 | EN | 11 | 2014/10/07 |
| ABES.PROD.PW_MCT.B006.F4886.EBSU003.PDF | 003 | FR | 0 | 2014/10/07 |
| ABES.PROD.PW_MCT.B006.E4886.EBSU002.PDF | 002 | EN | 14 | 2014/10/02 |
| ABES.PROD.PW_MCT.B006.F4886.EBSU002.PDF | 002 | FR | 0 | 2014/10/02 |
| ABES.PROD.PW_MCT.B006.E4886.EBSU001.PDF | 001 | EN | 20 | 2014/09/24 |
| ABES.PROD.PW_MCT.B006.F4886.EBSU001.PDF | 001 | FR | 5 | 2014/09/24 |
| ABES.PROD.PW_MCT.B006.E4886.EBSU000.PDF | 000 | EN | 41 | 2014/09/19 |
| ABES.PROD.PW_MCT.B006.F4886.EBSU000.PDF | 000 | FR | 7 | 2014/09/19 |