Basic Uniform Kit Replacement 21-22

Solicitation number K0A70-220127/A

Publication date

Closing date and time 2021/12/06 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TITLE: Managed Clothing Solutions (MCS) for ECCC
    KOA-70220127/A
    Name: Evelyne Bisson
    Telephone No. (819)775-8769
    Email address: evelyne.bisson@pwgsc-tpsgc.gc.ca
    
    Brief Description:
    The Department of Environment Climate Change Canada (ECCC) has a requirement for a Managed Clothing Solutions (MCS).
    
    The MCS provides end-to-end management of the Environment Climate Change Canada supply chain the provision of uniforms and related accessories, from acquisition and/or manufacturing to inventory management to distribution.
    
    The successful bidder will supply the department of Environment Climate Change Canada with a complete supply chain management approach that encompasses, manufacturing, warehousing and inventory management, order processing and management, distribution ,delivery and reporting.
    
    National Capital Region (NCR) deliveries are required by the successful Bidder; the destination will only be specified at time of order. 
    Period of the Contract: The contract period will be for an initial period of three (3) years from the date of the contract, with the option to extend the term of the contract by up to two (2) additional one (1) year period under the same terms and conditions.
    
    Trade Agreements: The requirement is subject to the provisions of the:
    • World Trade Organization Agreement on Government Procurement (WTO-AGP)
    • Canada-United States-Mexico Agreement (CUSMA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Columbia Free Trade Agreement (CColFTA)
    • Canada-Panama Free Trade Agreement (CPanFTA)
    • Canada-Honduras Free Trade Agreement (CHFTA)
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    
    The Canadian Content Policy: does not apply to this requirement. 
    
    Procurement Strategy for Aboriginal Business (PSAB): does not apply to this requirement.
    
    Comprehensive Land Claims Agreement (CLCA): The Indigenous Procurement Policy Development and Interpretation Division of the Acquisitions Branch of Public Services and Procurement Canada (PSPC) was consulted and confirm that CLCA does not apply to this requirement.
    
    Transition Cost: There is no transition cost associated with this procurement.
    
    Contract Security: In accordance with the RFP terms, a contract security is required of the Contractor within 20 calendar days of the date of the Contract. ($500,000.00 in the form of an irrevocable standby letter of credit).
    
    Debriefings: Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days from receipt of the results of the bid solicitation process. The debriefing may be provided in writing, by telephone or in person.
     
    
    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.

    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
    Bisson, Evelyne
    Phone
    (343) 550-1615 ( )
    Email
    evelyne.bisson@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier,
    East Tower 7th Floor
    140 O'Connor
    Ottawa, Ontario, K1A 0R5

    Buying organization(s)

    Organization
    Environment 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
    006
    English
    31
    006
    French
    9
    005
    English
    18
    005
    French
    9
    004
    English
    20
    004
    French
    6
    003
    English
    17
    003
    French
    8
    002
    English
    27
    002
    French
    7
    001
    English
    28
    001
    French
    11
    000
    English
    102
    000
    French
    31

    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
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.