SAP Ariba system maintenance

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

  • Saturday, January 25 from 7:00 pm until 11:00 pm (Eastern Time) 

Document Scanners

Solicitation number EZ107-120005/A

Publication date

Closing date and time 2013/04/29 18:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    EZ107-120005/A
    Steckhan, Curt
    Telephone: 604-666-1465
    Facsimile: 604-775-7526
    Email: curt.steckhan@pwgsc-tpsgc.gc.ca
    
    REQUEST FOR STANDING OFFER
    
    NMSO - DOCUMENT SCANNER
    
    This Request for Standing Offer (RFSO) describes Canada's
    requirements that will lead to the establishment of multiple
    National Master Standing Offers (NMSOs) to supply, deliver,
    install, and service document scanners of various categories, as
    defined herein, including accessories and supplies on an "as and
    when requested" basis to locations throughout Canada, except for
    areas subject to a Comprehensive Land Claims Agreement (CLCA).
    
    Resulting NMSOs will be valid for 12 months from date of
    Standing Offer issuance, unless Public Works and Government
    Services Canada (PWGSC) determines, in its sole discretion, to
    set aside this procurement vehicle, with Canada retaining the
    right to request two extensions of up to 12 months each. Once
    issued, these NMSOs will replace the series of NMSOs numbered
    EZ107-080001/001/VAN to EZ107-080001/006/VAN.
    
    This procurement vehicle has been developed in accordance with
    the recommendations of the National Procurement Strategy for
    Office Equipment. It is anticipated that multiple NMSOs with a
    total value of $9,000,000.00 may be authorized as a result of
    this RFSO.
    
    This RFSO includes categories of departmental, production,
    network, flatbed, and portable document scanners at various
    speeds and specifications intended to satisfy the majority of
    the Government of Canada's document scanning equipment needs.
    
    For each category, Canada anticipates qualifying a minimum of
    one (1) product that meets the requirements of this RFSO. If no
    products are qualified in any given category that Canada
    considers advantageous, Canada reserves the right, in its sole
    discretion, to issue a further RFSO in order to identify
    additional Offerors eligible for Standing Offer issuance.
    
    For document scanner requirements that PWGSC determines cannot
    be met by any of the categories, other purchasing methods will
    be used. However, the resulting NMSOs are intended to be the
    primary purchasing instrument for document scanners for Canada. 
    
    Canada reserves the right to add additional categories of
    document scanners into resulting NMSOs. New categories will be
    competed on the Government Electronic Tendering Service (GETS),
    allowing new suppliers to qualify or existing Offerors to add
    categories to their Standing Offer.
    
    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 in order 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,
    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 two months to propose substitute products that
    offer equal or better value to Canada. All Offerors will also
    have the opportunity to refresh their prices every two months.
    Canada reserves the right to revise this refresh time period as
    necessary.
    
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), the
    North American Free Trade Agreement (NAFTA), the Canada-Chile
    Free Trade Agreement, the Canada-Peru Free Trade Agreement, the
    Canada-Columbia Free Trade Agreement, the Canada-Panama Free
    Trade Agreement, and the Agreement on Internal Trade (AIT).
    
    Please see the RFSO solicitation document for more information
    on the technical requirements and specifications, solicitation
    and evaluation process, and resulting Standing Offer and
    Contract clauses. 
    
    Offerors are encouraged to submit any questions they have
    regarding the solicitation or evaluation process or the
    resulting Standing Offer or Contract clauses to the Standing
    Offer Authority.
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Steckhan, Curt
    Phone
    (604) 666-1465 ( )
    Fax
    (604) 775-7526
    Address
    800 Burrard Street, 12th Floor
    800, rue Burrard, 12e etage
    Vancouver, BC, V6Z 2V8

    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.

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    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: