SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Temporary Help

Solicitation number E6TOR-16RM02/D

Publication date

Closing date and time 2019/05/07 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Important Notice:  Please be advised that the Public Works and Government Services Canada (PWGSC) Mississauga office is moving to 4900 Yonge Street, Toronto, on April 23, 2019.  
    Please refer to Section 2.2, Submission of Bids for ALL bid submission details.
    
    Temporary Help
    
    E6TOR-16RM02/D
    
    Nature of Proposed Procurement
    1. TITLE:
    Temporary Help Services in the Ontario Region (excluding National Capital Region).
    THIS PROCUREMENT INCLUDES A PORTION SET ASIDE FOR ABORIGINAL BUSINESS UNDER THE FEDERAL GOVERNMENT SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS.
    New Aboriginal and non-aboriginal offers will be accepted every six (6) months.
    2. SECURITY REQUIREMENT:
    There are security requirements associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Offerors should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    Effective February 1, 2017, PWGSC requires electronic fingerprinting as part of any new, renewal or upgrade of personnel security screening request. The accredited fingerprint service provider will charge market value for their processing services and fee charged may vary from one provider to the next. Offerors whose resources require a new, renewal or upgrade personnel security clearance are responsible for absorbing all costs associated with these fees. Learn how this will change the personnel security screening process for those required to work on Government of Canada contracts: http://www.tpsgc-pwgsc.gc.ca/esc-src/personnel/empreintes-obligatoire-mandatory-fingerprints-eng.html
    3. REQUIREMENT:
    This requirement is for the provision of temporary help services to federal government departments and agencies in one or more of the geographical Areas listed in Annex "A" Statement of Work, on an as and when requested basis.
    There are 18 geographical Areas within the Ontario Region (excluding National Capital Region), which are listed in this solicitation’s Annex “A” Statement of Work under Article 3. Areas. 
    There are 4 temporary help services categories:
    -Administrative Support
    -Professional and Administrative
    -Technical and Operational
    -Telecommunications and Engineering Services
    These categories are further broken down into classifications viewable at: http://ont-sat-ths.tpsgc-pwgsc.gc.ca/procedures/services-eng.cfm
    Temporary help services may be required from Offerors who provide the services of employees to other organization on a temporary basis when the other organization’s incumbent employee is absent for a period of time; during a temporary workload increase, or when a position is in the process of being staffed.
    It is intended to issue multiple Standing Offers to qualified Offerors as the result of this Request for Standing Offer process.
    A Standing Offer is not a Contract and does not commit Public Works and Government Services Canada (PWGSC) to procure or contract for any goods, services or both. Any Standing Offer resulting from this Request for Standing Offer constitutes an Offer made by an Offeror for the provision of certain services to Canada at prearranged prices, under set terms and conditions that is open for acceptance by one or more Identified User(s) on behalf of Canada during a specified period of time.
    The resulting Standing Offers including Offeror(s)’ prices will be accessible to Identified User(s) through an electronic catalogue.
    This electronic catalogue will be updated semi-annually (every 6 months) to enable new Offerors the ongoing opportunity to qualify for a Standing Offer, and to enable existing Standing Offer Holders to revise their rates or contacts, or qualify for additional Areas. For the refresh, a Notice of Proposed Procurement (NPP) and a Request for Standing Offer (RFSO) will be posted on the Buy and Sell (https://buyandsell.gc.ca/) website 21 days after the closing date of each solicitation.
    The period for making call-ups against the resulting Standing Offer is from June 1, 2019 to May 31, 2020, with the irrevocable right to extend for 1 additional one year periods.
    The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
    The requirement is limited to Canadian goods and/or services.
    This procurement includes a Voluntary Set-Aside for Aboriginal Business. For further information on the Set-Aside Program for Aboriginal Business, contact the Aboriginal Procurement and Business Promotion Directorate, Indigenous and Northern Affairs Canada, at 1-800-400-7677 or by e-mail at: saea-psab@aandc-aadnc.gc.ca. Call-ups to identified Aboriginal businesses under this Standing offer will be set aside under the federal government's Procurement Strategy for Aboriginal Business, as detailed in Annex 9.4 Requirements for the Set-aside Program for Aboriginal Business, of the Supply Manual.
    MANDATORY CRITERIA:
    Technical Evaluation
    Mandatory Technical Criteria
    A. For Existing Standing Offer Holders offering services for additional geographical Areas:
    If an Existing Standing Offer Holder wishes to submit for another geographical Area not previously issued to them, a brand new offer must be submitted in accordance with Article 4.1.1.1 Section B - All Other Offerors, below.”
    B. ALL OTHER OFFERORS:
    Separate and complete offers must be provided per geographical Area for which Offerors are wishing to provide services.
    In addition, only one offer per geographical Area, per Offeror will be accepted and evaluated. If more than one offer is received per geographical Area, Canada will choose which offer to evaluate.
    Each offer will be evaluated against all of the following criteria. Any offer not meeting one or more of the following criteria, within 2 business days after being notified by PWGSC, will be considered non-responsive and be given no further consideration.
    B.1
    1) Offerors must provide a statement indicating they have a fully operational, permanent, commercial office in the Province for which they are submitting an offer.
    2) Offerors must provide a statement indicating the office, in the Province for which they are submitting an offer, will be open Monday to Friday for a minimum of 7.5 hours per day, excluding Statutory Holidays.
    3) Offerors must provide a statement indicating there are a minimum of 2 full-time employees working in the office of the Province for which they are submitting an offer.
    4) Offerors must describe the tools or procedures or instruments in place to test for the various skills and aptitudes for the type(s) of temporary help services category(ies) offered, for example: What hard and soft skill tests are administered by the Offeror.
    5) Offerors must describe their current internal quality control process to evaluate overall service and the performance of the temporary help employees, for example: The assessment of temporary help employee during the assignment and after completion of the assignment.
    Financial Evaluation
    Mandatory Financial Criteria
    A. FOR EXISTING STANDING OFFER HOLDERS:
    A.1 Existing Standing Offer Holders wishing to retain existing Standing Offers:
    Standing Offer Holders who currently hold a Standing Offer issued under solicitation no. E6TOR-16RM02/A are able to revise their rates or contacts at the website before the bid closing date: https://ont-sat-ths.tpsgc-pwgsc.gc.ca/entrer-login-eng.cfm with their existing usernames and password*. Standing Offer Holders’ rates (including any revisions) will be evaluated accordingly.
    Standing Offer Holders are solely responsible to ensure their new rates have been accepted by the above-mentioned website. PWGSC will not be responsible for Offeror’s inability to use the system.
    If the Standing Offer Holder does not revise their rates at the above-mentioned website, it is considered that their existing rates in the website will continue to apply for the proposed standing offer period and be used for the purpose of the financial evaluation.
    *Note: Existing Standing Offer Holders logging in at this link (https://ont-sat-ths.tpsgc-pwgsc.gc.ca/entrer-login-eng.cfm) for the first time will need to click on “Forgotten your password?” to reset passwords.”
    B. ALL OTHER OFFERORS:
    B.1 Offerors must submit a separate financial offer for each geographical Area for which they are offering services.
    B.2 Offerors must submit their financial offer in accordance with the Annex B, Basis of Payment and with the spreadsheet for each of their offered Areas available under “Download and complete Financial Offer” at: http://ont-sat-ths.tpsgc-pwgsc.gc.ca/docs/index-eng.cfm#dt-tg. The format of these spreadsheets is not to be altered.
    The prices must be an all-inclusive firm hourly rate in Canadian funds excluding applicable taxes but including salary, overhead, profit, benefits, annual leave, sick leave, security clearance processing cost etc, for the provision of a temporary help unilingual English speaking resource. Only one firm hourly rate is to be provided per classification, per category. (Note: the Offeror should complete the “Company profile and contact information” section on each spreadsheet).
    4.2 Basis of Selection
    4.2.1 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 offer will be recommended for issuance of a standing offer.
    The submission of financial Offers, the Financial Evaluation and the qualification of each Standing Offer are described in the RFSO (see attached).
    All Existing Standing Offer Holders and new Offeror are to submit the certifications and information required under Part 5 Certifications and Additional Information of the solicitation no. E6TOR-16RM02.
    
    Delivery Date: 07/01/2019
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Berends, Robert
    Phone
    (905) 615-2465 ( )
    Email
    robert.berends@pwgsc-tpsgc.gc.ca
    Address
    Ontario Region
    Mississauga, Ontario,

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    13
    001
    French
    0
    000
    English
    85
    000
    French
    3

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

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

    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: