TRANSLATION

Solicitation number EP947-110001/A

Publication date

Closing date and time 2012/04/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    TRANSLATION SERVICES FOR THE TRANSLATION BUREAU
    
    EP947-110001/A
    Cardinal, France
    Téléphone - 819 - 956-1778
    Télécopieur - 819 - 956-9235
    
    Description of Services
    
    The Translation Bureau wants to procure English-to-French
    translation services on an as-and-when-requested basis, the work
    to be performed at the supplier's site and delivered to the
    Translation Bureau.
    
    A descriptive list of the types of texts requiring translation
    includes the following: property management and appraisal
    reports; requests for space and accommodation; lease
    administration documents; fit-up and refit project documents;
    contract administration documents; texts on the supplier
    selection process and government contracting; invitations to
    tender (requests for proposal, bid solicitations, related
    questions and answers, and notices of proposed procurement);
    government procurement policies and strategies; market analysis
    reports and market-based charging studies; documents on
    financial and budgetary management (application of the Financial
    Administration Act, financial plans, Treasury Board submissions,
    etc.); documents on human resources management (recruitment,
    staffing, deployment, training, development, planning,
    evaluation); documents on labour relations, employment benefits
    and working conditions; documents on informatics, some of which
    deal with system software and software packages for
    administrative and technical applications (databases, networks,
    IT applications, etc.); minutes of meetings; memorandums of
    understanding; memos; work descriptions; presentations; articles
    for internal publication; correspondence; and news releases,
    speeches and media lines.
    
    The total annual requirement for English-to-French translation
    is estimated at 8,800,000words and 1,500hours. It has been split
    into two (2) classes of requirements (ClassA and ClassC). Should
    only one bid be declared responsive for ClassA, the requirement
    will be split into three (3) classes (ClassesA, B and C).
    
    Contract Period
    
    Services shall be provided for two (2) years as of the contract
    award date, and the contract will include an option allowing it
    to be extended for three (3) additional periods of one (1) year
    each under the same terms and conditions.
    
    
    Volumetric Data
    
    1.	Estimated Volume for Class A
    
    Up to two (2) contracts could be awarded for Class A. For each
    Class A contract to be awarded:
    
    The estimated annual requirement for English-to-French
    translation is 2,850,000 words and 500hours, i.e. a production
    capacity of up to 10,000words per working day and 2,000words per
    day on weekends and statutory holidays. The Contractor will not
    be required to work on excluded statutory holidays.
    
    The Contractor can expect that more than 50percent of the ClassA
    texts for translation will have a security classification, which
    may be as high as ProtectedB.
    
    During the three-month familiarization period, the expected
    production capacity is 5,000words per working day for the first
    month, 6,500words per working day for the second month and
    8,000words per working day for the third month. During that
    period, the expected production capacity on weekends and
    statutory holidays is 2,000words per day.
    
    2.	Estimated Volume for ClassB 
    
    If a single bid is declared responsive for ClassA, the second
    requirement for 10,000words per day will be split into two (2)
    ClassB contracts. Up to two (2) contracts could be awarded for
    ClassB. For each ClassB contract awarded:
    
    The estimated annual requirement for English-to-French
    translation is 1,550,000words and 250hours, i.e. a production
    capacity of up to 5,000words per working day and 2,000words per
    day on weekends and statutory holidays. The Contractor will not
    be required to work on excluded statutory holidays.
    
    The Contractor can expect that more than 50percent of the ClassB
    texts for translation will have a security classification, which
    may be as high as ProtectedB.
    
    During the three-month familiarization period, the expected
    production capacity is 2,500words per working day for the first
    month, 3,250words per working day for the second month and
    4,000words per working day for the third month. During that
    period, the expected production capacity on weekends and
    statutory holidays is 2,000words per day.
    
    3.	Estimated Volume for ClassC
     
    Up to two (2) contracts could be awarded for ClassC. For each
    ClassC contract awarded:
    
    The estimated annual requirement for English-to-French
    translation is 1,550,000words and 250hours, i.e. a production
    capacity of up to 5,000words per working day and 2,000words per
    day on weekends and statutory holidays. The Contractor will not
    be required to work on excluded statutory holidays.
    	
    During the three-month familiarization period, the expected
    production capacity is 2,500words per working day for the first
    month, 3,250words per working day for the second month and
    4,000words per working day for the third month. During that
    period, the expected production capacity on weekends and
    statutory holidays is 2,000words per day.
    		
    4.	Contractors may bid on a ClassA, B or C contract (see Parts3,
    4 and 5 of the Bid Solicitation for more details concerning
    ClassesA, B and C). A supplier may also bid on one (1) of the
    following two (2) contract combinations: one (1) ClassA contract
    and one (1) ClassC contract or one (1) ClassB contract and one
    (1) ClassC contract.
    
    
    Basis of Selection - Lowest Cost Per Point
    
    Up to five (5) contracts will be recommended for award under
    this solicitation in accordance with the following scenarios:
    Scenario1: Two (2) contracts will be issued for ClassA and two
    (2) contracts will be issued for ClassC; or
    Scenario2: Should only one bid be declared responsive for Class
    A, one (1) contract will be issued for Class A, two (2)
    contracts will be issued for Class B and two (2) contracts will
    be issued for ClassC.
    
    To be declared responsive, a bid must:
    
    comply with all the requirements of the bid solicitation;
    meet all mandatory evaluation criteria; and 
    obtain the required minimum number of points specified in the
    attachment to Part4 for the point-rated technical criteria.
    
    Security Requirements 
    
    This solicitation contains security requirement. The security
    requirement applies only to any ClassA and B contracts that may
    be awarded.
    
    There is no security requirement for any ClassC contracts that
    may be awarded.
    
    
    Basis for Canada's Ownership of Intellectual Property
    
    The Translation Bureau of PWGSC has determined that any
    intellectual property rights arising from the performance of the
    work under the resulting contract will vest in Canada, on the
    following grounds: 
    
    where the Foreground consists of material subject to copyright,
    with the exception of computer software and all documentation
    pertaining to that software.
    
    
    
    Canadian Content Certification
    
    This procurement is limited to Canadian services.
    
    
    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

    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
    Cardinal, France
    Phone
    (819) 956-1778 ( )
    Fax
    (819) 956-9235
    Address
    PSBID, PWGSC / DIASP,TPSGC
    11 Laurier St. / 11, rue Laurier
    10C1/Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    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: