SIGMA system maintenance

Due to a planned maintenance, the integration of updates to supplier financial information in SAP Ariba will be delayed during the times listed below. We apologize for any inconvenience. 

  • Friday, April 25 from 7:00 pm until 8:00 pm (EDT)

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.

CGC Producer Payment Protection Model

Solicitation number 5K002-133712/C

Publication date

Closing date and time 2013/06/25 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    IMPORTANT NOTICE TO SUPPLIERS
    
    This Request for Qualification is a continuation of the
    5K002-133712/B
    
    PROJECT TITLE
    
    CGC Producer Payment Protection Model
    
    OBJECTIVE
    
    The Canadian Grain Commission (CGC) is looking to qualify one
    (1) supplier who it is expected will establish a Master
    Insurance Policy Agreement for the provision of an
    insurance-based producer payment protection model (the Model)
    for eligible grain producers. It will be a requirement as part
    of licensing under the Canada Grain Act (CGA) and Canada Grain
    Regulations for CGC licensees to obtain security through
    insurance as part of this model.
    
    BACKGROUND 
    
    Overview of the Canadian Grain Commission
    
    The CGC is a federal government agency that administers the
    provisions of the CGA. The CGC's mandate is to, "in the
    interests of the grain producers, establish and maintain
    standards of quality for Canadian grain and regulate grain
    handling in Canada, to ensure a dependable commodity for
    domestic and export markets". The CGC regulates the handling of
    21 grains   grown in Canada to ensure that Canada's grain is
    safe, reliable and marketable, and that grain producers are
    protected. Through its activities, the CGC supports a
    competitive and efficient grain sector that upholds Canada's
    international reputation for consistent and reliable grain
    quality. To achieve its mandate, the CGC:
    
    regulates grain handling in Canada through the grain quality and
    quantity assurance programs;
    carries out scientific research to understand all aspects of
    grain quality and grain safety and to support the grain grading
    system; and
    implements a number of producer protection programs and
    safeguards to ensure the fair treatment of Canadian grain
    producers when they deliver their grain to licensed grain
    elevators and grain dealers. This includes the producer payment
    protection function of the Licensing Program, the producer car
    allocation program, and the producer support program.
    
    For more information about the CGC, refer to
    http://www.grainscanada.gc.ca.
    
    
    GENERAL REQUIREMENTS
    
    Master Policy Agreement
    
    The Supplier must write a Master Insurance Policy Agreement that
    contains all of the terms and conditions identified in this
    Required content of the Master Insurance Policy Agreement and
    Request for Qualification to insure grain companies identified
    by the CGC. The Master Insurance Policy Agreement must cover up
    to 95% coverage to producers determined to be eligible for
    compensation by the CGC in the event of a licensee failure up to
    an annual aggregate limit of $100 million. This limit may be
    reviewed annually, depending on changes in aggregate
    liabilities. The Supplier must maintain sufficient financial
    capacity to provide coverage under the terms of the policy while
    adhering to the Canadian regulatory requirements for minimum
    capital adequacy. A service level agreement will be developed to
    identify the roles and responsibilities of both the CGC and
    Supplier to administer the Master Insurance Policy Agreement.
    
    The Master Insurance Policy Agreement will be required to
    provide coverage to eligible producers for unpaid grain
    deliveries dating up to 90 days prior to the effective date of
    the Master Insurance Policy Agreement. This is required to
    ensure a smooth transition to the Model and to ensure that
    producer payment protection coverage does not lapse during the
    transition period.
    
    Transition Phase
    
    The CGC's current group of licensees renews their respective
    licences in different months throughout the year. A licensing
    transition period is being considered from December 1, 2013 to
    November 30, 2014 to consolidate monthly renewals into a single
    annual renewal date for all licensees. The intention is to align
    the insurance policy renewal date with the licence renewal date.
    
    In order to begin this transition, all licensees would need to
    be included in the new insurance model effective December 1,
    2013. In the months prior to this, the Master Insurance Policy
    Agreement and the service level agreement must be developed and
    finalized, all licensee premiums must be established, the
    premiums and new requirements must be communicated to licensees,
    and licensees must be allowed time to adjust and comply with the
    new requirements.
    
    PERIOD OF THE ARRANGEMENT
    
    The period of the Arrangement will be for three (3) years from
    the master insurance policy agreement effective date  with an
    irrevocable option to extend the term of the Arrangement by up
    to two (2) additional one (1) year period(s) under the same
    conditions.  
    
    SECURITY REQUIREMENT
    
    Security Requirement
    
    1. 	The Supplier must, at all times during the performance of
    the Work, hold a valid Designated Organization Screening (DOS)
    with approved Document Safeguarding and Production Capabilities
    at the level of PROTECTED B, issued by the Canadian Industrial
    Security Directorate, Public Works and Government Services
    Canada.
    
    2. 	The Supplier personnel requiring access to PROTECTED
    information, assets or work site(s) must EACH hold a valid
    RELIABILITY STATUS, granted or approved by the Canadian
    Industrial Security Directorate (CISD), Public Works and
    Government Services Canada (PWGSC).
    
    Until the security screening of the Supplier personnel has been
    completed satisfactorily by the Canadian Industrial Security
    Directorate, Public Works and Government Services Canada, the
    Supplier personnel MAY NOT HAVE ACCESS to (CLASSIFIED/PROTECTED)
    information or assets, and MAY NOT ENTER sites where such
    information or assets are kept, without an escort.
    
    3. 	The Supplier MUST NOT utilize its Information Technology
    systems to electronically process, produce or store PROTECTED
    information until the CISD/PWGSC has issued written approval. 
    After approval has been granted or approved, these tasks may be
    performed at the level of PROTECTED B.
    
    4. 	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    5. 	The Supplier must comply with the provisions of the:
    
    (a) 	Security Requirements Check List and security guide (if
    applicable), attached at Annex C;
    	(b)	Industrial Security Manual (Latest Edition)
    
    MANDATORY TECHNICAL CRITERIA
    
    MT1: The Supplier must have provided payables, receivables,
    credit insurance or financial guarantee policies similar to the
    model described in this RFQ within the past five (5) years, with
    annual aggregate limits of at least $100 million each.
    
    Supplier must provide the names, contact information, and
    description for at least three (3) current or prior insurance
    policies involving payables/receivables or similar financial
    guarantees. Each program must have been provided to one or more
    clients based in Canada.  Referenced projects must have operated
    for a duration of at least the twelve (12) months. 
    
    The following information must be provided for each example:
    
    i.	Client organization name
    ii.	Client contact information
    iii.	Program description 
    iv.	Start and end dates (if the policy is not longer in place)
    v.	Annual aggregated coverage limit;
    
    MT2: The Supplier must provide evidence that its financial
    capacity is in compliance with regulatory requirements for
    minimum capital adequacy and sufficient to include the CGC
    master policy, with an annual aggregate limit of $100 million,
    as described in the RFQ. Examples of evidence would include the
    Minimum Capital Test (MCT) and Branch Adequacy of Assets Test
    (BAAT). Evidence from other similar tests will be accepted;
    
    MT3: Supplier must hold the necessary insurance license(s) in
    Canada to provide the insurance underwriting services, invoice
    and collect premiums, and issue insurance policies and
    endorsements as required by this RFQ.A copy of the required
    valid license(s) to operate in Canada must accompany the
    response for evaluation.
    
    A copy of the required valid license(s) to operate in Canada
    must accompany the bid.
    
    BASIS OF SELECTION
    
    To be declared responsive, an arrangement must:
    
    	(a)	comply with all the requirements of the solicitation; 
    
    	(b)	meet all the mandatory evaluation criteria; and
    
    	(c)	obtain a minimum total of 60 points for the point rated
    criteria as specified in Attachment 1 		to Part 4 for the point
    rated technical criteria.
    
    Arrangements not meeting (a) or (b) or (c) will be declared
    non-responsive. Neither the responsive arrangement obtaining the
    highest number of points nor the one with the lowest evaluated
    price will necessarily be accepted.
    
    Suppliers meeting the mandatory criteria of the solicitation,
    and who attain the minimum pass mark for the point rated
    evaluation criteria will be evaluated financially based on their
    response to the evaluation criteria contained at Clause 1.2.1
    Financial Evaluation.
      
    The responsive arrangement with the highest total score will be
    ranked number one and will be recommended for award of an
    Arrangement, subject to the provisions of this solicitation. The
    Supplier's total score will be the sum of its score for the
    point rated evaluation criteria, and its score from the
    financial evaluation as detailed at Clause 1.2.1 Financial
    Evaluation. 
    
    PWGSC CONTACT:
    
    	Jocelyne C Gagnon
    	Supply Specialist
    	Public Works and Government Services Canada
    	Acquisitions Branch
    	Professional Services and Procurement Directorate 
    	11 Laurier Street, Phase III
    	Gatineau, Québec  K1A 0S5
    	Telephone:  819-956-0575   /   Facsimile:  819-956-2675
    	E-mail address:  jocelyne.c.gagnon@tpsgc-pwgsc.gc.ca
    
    Suppliers who are interested in submitting an arrangement shoud
    order the sollicitation document and follow all the instructions.
    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

    • No trade agreements are applicable to this solicitation process

    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
    Gagnon, Jocelyne C.
    Phone
    (819) 956-0575 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Canadian Grain Commission
    Address
    303 Main Street
    Winnipeg, Manitoba, R3C 3G8
    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
    000 FR 5
    000 EN 22

    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

    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: