Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Temporary Help Services, MB

Solicitation number ET959-142558/C

Publication date

Closing date and time 2016/11/10 15:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Temporary Help Services (THS) -  Manitoba
    
    
    
    This requirement is for the provision of temporary help services to federal government departments and agencies for one or more of the geographical Areas listed in Annex "A", on an as and when requested basis.
    
    
    
    There are two geographical Areas within Manitoba: 
    
    MB Winnipeg
    
    MB Brandon and Shilo
    
    
    
    Offerors are to provide separate offers for each of the geographical Areas where they wish to provide services. 
    
    
    
    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 Standing Offer Holders who provide the services of employees to others on a temporary basis when the 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. 
    
    
    
    Offers will be accessible to Identified Users through an electronic catalogue.  
    
    This electronic catalogue will be refreshed 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.  An updated Notice of Proposed Procurement (NPP) and a Request for Standing Offer (RFSO) will be posted on the Buy and Sell website 5 days after the close of each solicitation.  
    
    
    
    The period for making call-ups against the Standing Offer is from June 1, 2014 to May 31, 2015, with the right to request 2 additional one year periods.
    
    
    
    There is a security requirement associated with this requirement.  For additional information, consult Part 6 - Security, Financial and Insurance Requirements, and Part 7A - Standing Offer. For more information on personnel and organization security screening or security clauses, offerors should refer to the Canadian Industrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    
    
    The requirement is limited to Canadian goods and/or services.
    
    
    
    This procurement includes a Voluntary Set-Aside for Aboriginal Business. 
    
    
    
    
    A. ALL 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.
    
    
    
    1. Offeror's commercial office for each geographical Area:
    
    
    (i)   Offerors must demonstrate that they provide services from a fully-operational, permanent, commercial office for each geographical Area for which they are submitting an offer. 
    
    
    (ii)  Offerors must demonstrate that they operate their commercial office during normal business
    hours (a minimum of 7.5 hours per day, any time from 7:30 a.m. to 5:30 p.m.) in each geographical Area for which they are submitting an offer.
    
    
    
    2. Commercial office staff:
    
    
    (i)   Offerors are to demonstrate that they maintain a minimum staff of two (2) full-time employees in their commercial office for each geographical Area for which they are submitting an offer.
    
    
    
    3. Offeror standard response times:
    
    
    Offerors must demonstrate how they will meet the following:
    
    
    (i)   Reply to an Identified User’s queries within forty-eight (48) hours.
    
    
    (Ii) Dispatch an appropriate resource to the identified client site within 48 hours 80% of the time. 
    
    
    
    4.Offeror’s Corporate experience related to classifications offered:
    
    
    (i) Offerors must demonstrate that they have been in business for at least one (1) year; and
    
            
    (ii) Must demonstrate that they have previously provided one or more of the offered classifications for a minimum of three (3) months.
    
    
    
    5. Offeror process for testing candidates:
    
    The Offeror must describe the tools, procedures and instruments in place to test for the various skills and aptitudes for the types of classifications offered, for example:
    
    
    (i)  What hard and soft skill tests are administered by the Offeror;
    
    
    
    6. Offeror’s Quality Control Process:
    
    Offerors must describe their firm's current internal quality control process to evaluate overall service of the firm/company; and the performance of the temporary help employees.
    
    
    
    THIS PROCESS MUST INCLUDE:
    
    
    (i)   assessment of temporary help employee during assignment; and
    
    
    (ii)   assessment of temporary help employee and your company, after assignment
    
    
    
    
    CLOSING DATES SCHEDULE:
    
    
    Option Periods:  
    Solicitation closes at 2:00 pm CDT on 2015-05-11
        
    Solicitation closes at 2:00 pm CST on 2015-11-09
        
    Solicitation closes at 2:00 pm CDT on 2016-05-10
        
    Solicitation closes at 2:00 pm CST on 2015-11-10
    
    
    
    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.
    
    
    
    
    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)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Maki, Christie
    Phone
    (204) 891-6126 ( )
    Fax
    (204) 983-7796
    Address
    Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3B 0T6

    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
    004 FR 2
    004 EN 4
    003 FR 15
    003 EN 23
    002 FR 17
    002 EN 24
    001 FR 16
    001 EN 45
    000 FR 23
    000 EN 96

    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
    Manitoba
    Procurement method
    Competitive – Selective Tendering

    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: