Keyboard Platforms - Various Locations Across Canada

Solicitation number 21C11-151002/A

Publication date

Closing date and time 2015/07/27 16:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    HUMANSCALE CORPORATION
    220 CIRCLE DRIVE NORTH
    PISCATAWAY New Jersey
    United States
    08854
    Nature of Requirements: 
    Keyboard Platforms - Various Locations Across Canada
    
    21C11-151002/A
    Mack, Wayne
    Telephone No. - (306) 241-6435 (    )
    Fax No. - (306) 975-5397
    
    To supply various Humanscale Corp. keyboard platforms, monitor
    arms, complete kits for platform tracks with mechanisms,
    standard mouse trays, wrist rest assemblies and palm rests as
    detailed herein for Correctional Services of Canada (CSC),
    CORCAN Industries, Kingston Warehouse, Kingston, ON and
    Cowansville Institution, Cowansville, Quebec plus other CSC
    CORCAN locations across Canada "as required", during the period
    of the National Individual Standing Offer from date of award to
    30 September  2016, in accordance with Annex "B" - Basis of
    Payment. The keyboard platforms must be supplied in components
    in bulk for assembly by inmates.
    
    If the Standing Offer is authorized for use beyond the initial
    period, the Offeror offers to extend its offer for four (4)
    additional twelve (12) month periods, from 01 October 2016 to 30
    September 2017; 01 October 2017 to 30 September 2018;  01
    October 2018 to 30 September 2019 and from 01 October 2019 to 30
    September 2020
    
    About CORCAN
    CORCAN is a key rehabilitation program of the Correctional
    Service of Canada (CSC). It is mandated to provide employment
    training and employability skills to offenders in federal
    correctional institutions in support of the social policy of the
    Government of Canada.
    CORCAN operates in 31 institutions across Canada. CORCAN has
    four business lines: textiles, manufacturing, construction, and
    services (such as printing and laundry). CORCAN shops operate in
    as businesslike a manner as possible given their institutional
    setting and training imperatives. Most shops are ISO-certified.
    CORCAN operations focus on products and services that are
    marketed primarily to the Correctional Service of Canada and
    other federal government departments.
    
    Justification for Sole Source:
    Since CORCAN has designed its workstations with HumanScale
    product, CORCAN have produced thousands of these stations for
    hundreds of customers and can not change the design without
    investing significant amounts of money (reengineering of
    drawings, jigs, computer programming, equipping multiple sites,
    training, printed marketing literature, website, on-line
    catalogue etc.). Furthermore CORCAN must be able to supply
    additional stations which must be compatible (for additional
    purchases on previous projects or when retrofits are required).
    CORCAN must not only be able to offer the same product if the
    customers want to add some to what they already have, but also
    to service and repair platforms under warranty.
    Jigs and programming is required as CORCAN makes their own work
    surfaces from scratch (raw materials) in multiple sites across
    Canada (drill hole patterns, inserts + software programming,
    etc.). Costs are also incurred by printed marketing literature,
    website, etc. that currently feature Humanscale product.
    HumanScale is the original equipment manufacturer and has the
    exclusive ownership (patent) and intellectual property for their
    products.
    CORCAN is dealing directly with the OEM of HumanScale, as they
    are the owners, developers of the equipment and owners of the
    IP. They DO NOT authorize resellers or distributors for their
    equipment (when providing their products in components, not
    pre-assembled). Distributors only sell fully assembled products
    and we need to purchase in components kits to assemble
    ourselves=inmate value added part of CORCAN's mission & mandate,
    etc.
    There are no alternate sources of supply that can meet the
    mandatory performance specifications based on CORCAN's
    requirement for product to match as well as jigs, programs,
    tooling etc. 
    The equipment required must be compatible and exactly the same
    with existing promoted product lines. Because these components
    are attached to our surfaces, it must have the same anchors,
    fixing devises, etc. HumanScale has the exclusive intellectual
    property of the product.
    Because the design of CORCAN's lines were done with this
    equipment, it would be impossible to have multiple versions.
    This would require CORCAN to redesign the product lines for
    which CORCAN has existing multiple drawings, and CORCAN would
    have to produce new jigs, re-program equipment which could
    exceed thousands of dollars (equip multiple sites).
    
    The "life expectancy" of CORCAN's product lines are approx. 10
    years, we are now at the 5 year mark. We will soon start
    research, development and phasing in of a new and improved line
    therefore at that time we will be able to go fully competitive
    for the new workstation as it will be incorporated in the
    technical drawings etc. and because it will be a new product
    line, we can feature any keyboard tray we tender/receive.
    
    CORCAN cannot change their design without investing significant
    amounts of money 
    
    GCR Exemption:
    d) only one supplier (person or firm) is capable of performing
    the contract. 
    
    AIT Article 506:
    12) to ensure compatibility with existing products, to recognize
    exclusive rights, such as exclusive licences, copyright and
    patent rights, or to maintain specialized products that must be
    maintained by the manufacturer or its representative;
    
    NAFTA Limited Tendering Reason:
    (b)where, for works of art, or for reasons connected with the
    protection of patents, copyrights or other exclusive rights, or
    proprietary information or where there is an absence of
    competition for technical reasons, the goods or services can be
    supplied only by a particular supplier and no reasonable
    alternative or substitute exists;
    
    (d) for additional deliveries by the original supplier that are
    intended either as replacement parts or continuing services for
    existing supplies, services or installations, or as the
    extension of existing supplies, services or installations, where
    a change of supplier would compel the entity to procure
    equipment or services not meeting requirements of
    interchangeability with already existing equipment or services,
    including software to the extent that the initial procurement of
    the software was covered by this Chapter.
    
    WTO Limited Tendering Reason: Article XV
    (b) when, for works of art or for reasons connected with
    protection of exclusive rights, such as patents or copyrights,
    or in the absence of competition for technical reasons, the
    products or services can be supplied only by a particular
    supplier and no reasonable alternative or substitute exists;
    
    (d) for additional deliveries by the original supplier that are
    intended either as parts replacement  for existing supplies or
    installations, or as the extension of existing supplies,
    services or installations, where a change of supplier would
    compel the entity to procure equipment or services not meeting
    requirements of interchangeability with already existing
    equipment or services.
    
    Total Estimated Cost: $452,000.00 per year HST included
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    Mack, Wayne
    Phone
    (306) 241-6435 ( )
    Fax
    (306) 975-5397
    Address
    Government of Canada Building
    101 - 22nd Street East
    Suite 110
    Saskatoon, Saskatche, S7K 0E1

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: