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) 

RMSO-Temporary Help Services Atlant

Solicitation number EA372-170001/G

Publication date

Closing date and time 2020/05/07 12:30 EDT

Last amendment date


    Description
    Trade Agreement: CFTA / CPTPP
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    RMSO-Temporary Help Services Atlant
    
    EA372-170001/G
    Lacey, Rhonda
    Telephone No. - (709) 730-1597 (    )
    Fax No. - (709) 772-4603 (    )
    Email- rhonda.lacey@pwgsc-tpsgc.gc.ca
    
    Nature of Proposed Procurement
    
    1.   TITLE: 
    
    Temporary Help Services, Atlantic Provinces
    
    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. Accessible Procurement:
    
    Public Services and Procurement Canada (PSPC)’s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate.
    
    
    4.   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 3 geographical Areas within the Atlantic 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 organizationona 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 StandingOffer 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.
    
    The period for making call-ups against the resulting Standing Offer is from June 1, 2020 to November 30, 2020, with the irrevocable right to extend for 1 additional one year period.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA)and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    
    
    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 detailedin Annex 9.4 Requirements for the Set-aside Program for Aboriginal Business, of the Supply Manual.
    
    
    5.  MANDATORY 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:
    
    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. 
    
    
    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. EA372-170001/G.
    
    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

    • Canadian Free Trade Agreement (CFTA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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
    Lacey,Rhonda
    Phone
    (709) 730-1597 ( )
    Email
    rhonda.lacey@pwgsc-tpsgc.gc.ca
    Fax
    (709) 772-4603
    Address
    Cabot Place, Phase II, 2nd Floor
    Box 4600
    St. John's, NL, A1C 5T2

    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
    002
    French
    0
    002
    English
    11
    001
    French
    3
    001
    English
    18
    French
    18
    000
    French
    5
    English
    18
    000
    English
    48

    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
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Prince Edward Island
    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: