Foreign Banking Services

Solicitation number EN891-161475/B

Publication date

Closing date and time 2016/12/19 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TITLE: Foreign banking services 
    
    Overview
    
    The Department of Public Works and Government Services Canada (PWGSC) on behalf of the Receiver General (RG) for Canada requires foreign banking services.  The scope of the arrangement which the RG is seeking to put in place covers payments in foreign currency with a foreign or Canadian destination and acceptance of foreign currency receipts.  
    
    The initial period of any resulting contract is proposed to be five (5) years commencing from date of contract award with an irrevocable option to extend the period of the proposed Contract by up to three (3) additional one (1) year periods plus a transition period for post payment activities of up to one (1) year.
    
    There is a security requirement associated with this requirement.  Respondents who currently do not meet the facility security clearance and/or personnel security clearance should initiate the security clearance process promptly by requesting sponsorship from the Contracting Authority.  See “Security requirement” section below.
    
    Requirement
    
    The Contractor is responsible for the provision of all foreign banking services on behalf of the RG. The RG does not use any financial instruments, such as forwards, swaps, futures or options to manage its exposures to foreign exchange variations. The scope covers the issuance of payments in foreign currency with a foreign or Canadian destination and the acceptance of foreign currency receipts.
    
    The RG’s primary goals and objectives are to:
    
    a. maintain or improve current levels of service provided to recipients of  RG payments outside of Canada, with an emphasis on minimizing the cost to recipients for receiving and cashing RG payments and enhancing the options available to recipients, bearing in mind the cost to Canada and unique or unusual conditions in the destination country;
    b. meet the requirements of federal government departments and agencies in terms of breadth of coverage, availability of payment options, and provision of operational support;
    c. integrate the provision of foreign banking services into the RG’s domestic processes to the extent possible, taking into consideration differences in national banking processes and cost to Canada;
    d. increase efficiency through automation and best practices while fully ensuring payment system integrity,  privacy of information and that federal identity requirements are met; 
    e. maintain or improve current levels of service for the handling of foreign currency receipts; and,
    f. utilize AFTto the greatest extent to make government payments and receipts in each country as efficient, fast, convenient, cost-effective and secure as possible.
    g. Facilitate the use of new technology-enabled business models, such as mobile money, mobile point-of sale systems, and card-less ATM access to reduce costs and enhance access to remittances, particularly for Canadians residing in remote areas.
    
    Security requirement
      
    The following security requirement (SRCL and related clauses provided by the Industrial Security Program (ISP)) apply and form part of the Contract: 
    
    1.  The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved, Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).
    
    2.  The Contractor/Offeror 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 Services and Procurement Canada (PSPC).
    
    3.  The Contractor 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. (including an IT Link at the level of B).
    
    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PSPC.
    
    5.  The Contractor/Offeror 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).
    
    EVALUATION CRITERIA:
    
    The bid must meet the mandatory technical criteria and any bid which meets all the mandatory technical criteria will be evaluated and scoredas specified in the point rated technical criteria.
    
    MTC1: The Bidder must be a member of the Canadian Payments Association (CPA), or have an agreement with a CPA member during the period of the contract and any exercised option and transition periods.
    
    MTC2: The Bidder must be a Large Value Transfer System (LVTS) participant, or have an agreement with an LVTS participant during the period of the contract and any exercised option and transition periods.
    
    MTC3: The Bidder must provide AFT payment coverage to all countries where AFT coverage is mandatory. This includes Australia, Austria, Belgium, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hong Kong, Hungary, India, Indonesia, Ireland, Israel, Italy, Latvia, Lithuania, Luxembourg, Malaysia, Malta, Mexico, Monaco, Netherlands, New Zealand, Norway, Philippines, Poland, Portugal, Romania, Singapore, Slovakia, Slovenia, South Africa, Spain, Sweden, Switzerland, Thailand, Turkey, United Arab Emirates, United Kingdom, and the United States of America.
    
    MTC4: The Bidder must provide local currency cheque payment coverage to all countries where local currency cheque coverage is mandatory. This includes Australia, Austria, Belgium, Cyprus, Czech Republic, Denmark, Ecuador, Estonia, Finland, France, Germany, Greece, Hong Kong (China), India, Ireland, Italy, Japan, Luxembourg, Malta, Monaco, Morocco, Netherlands, New Zealand, Norway, Pakistan, Philippines, Portugal, Singapore, Slovenia, South Africa, Spain, Sri Lanka, Sweden, Switzerland, Thailand, United Arab Emirates, United Kingdom, and the United States of America.
    
    MTC5: Canada has an obligation to issue socio-economic payments abroad. In support of this requirement, the Bidder must be able to offer payment coverage, in the form of local currency cheque or AFT or CAD / USD cheque payments or wire, to all countries identified in Annex A, Appendix 1 - Required Payment Coverage.
    
    BASIS OF SELECTION
    
    A bid must comply with the requirements of the bid solicitation and must meet all mandatory evaluation criteria and obtain the required minimum number of points specified for the point rated technical criteria to be declared responsive.
    
    The responsive bid with the lowest evaluated price per point will be recommended for award of a contract.
      
    PWGSC CONTACT:
    
    Roxane Baker
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Professional Services Procurement Directorate
    Place du Portage, Phase III, 10C1
    11 Laurier Street
    Gatineau, Quebec
    K1A 0S5
    
    Tel: (873) 469-4960
    Fax: (819) 956-2675
    Email: roxane.baker@pwgsc-tpsgc.gc.ca
    
    
    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)
    • Canada-Panama Free Trade Agreement
    • 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
    Baker(411zg), Roxane
    Phone
    (873) 469-4960 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    005
    English
    22
    005
    French
    6
    004
    English
    14
    004
    French
    3
    003
    English
    17
    003
    French
    4
    002
    English
    14
    002
    French
    4
    001
    English
    24
    001
    French
    4
    000
    English
    70
    000
    French
    8

    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)
    Procurement method
    Competitive – Open Bidding
    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: