CASH ORDER SERVICES
Solicitation number EN891-151438/A
Publication date
Closing date and time 2014/12/15 14:00 EST
Last amendment date
Description
Trade Agreement: NONE Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: THIS IS NOT A SOLICITATION DOCUMENT THIS IS A REQUEST FOR INFORMATION (RFI) FOR CASH ORDER SERVICES The intent of this Request for Information (RFI) is to solicit feedback from the Canadian banking industry on all aspects detailed herein including a high-level description of the required services, as well as questions. This will enable the Receiver General for Canada (RG) to evaluate the strategy to be taken and to assist in defining the requirement for an upcoming Request for Proposal (RFP) related to the services listed below. SERVICE REQUIREMENTS The RG seeks to provide the following services to select Federal Government Departments. All required services would be provided by the Contractor's Financial Institution (FI) branches within a defined proximity of the federal department locations requiring the services. The intention of an RFP would be to have bidders bid on the services for all, or some, of the locations in which they are required. 1. Large Value Cash Orders Certain federal government departments require large value cash orders in order to satisfy operational requirements. Large value cash orders would generally be in the range of $5,000 to $200,000; however some requests could be of a lesser or greater amount depending upon specific departmental requirements. Currently these types of cash orders are available to only two federal departments: (1) National Defense (DND) and (2) the Royal Canadian Mounted Police (RCMP), although additional departments may be added as required. In general, the requesting departmental location would provide the Contractor's FI branch servicing their location a pre-notification indicating the identity of its authorized departmental representative responsible for picking up the cash as well as the value, currency, denominations required, and approximate pickup time. The departmental location would then send its authorized representative to pick up the cash. This employee would be positively identified by the Contractor's FI branch according to predetermined identification requirements, and the cash would be released to the individual. 2. Bank Draft Service for the Royal Canadian Mounted Police The RCMP requires a service for obtaining bank drafts. In order to facilitate this, the RCMP location would provide the FI branch servicing their location a pre-notification indicating the identity of its authorized RCMP representative responsible for picking up the bank draft, the name that they would like to have included on the bank draft, along with the value, currency, and approximate pickup time. The departmental location would then send the authorized representative to pick up the draft. This employee would be positively identified by the FI branch according to predetermined identification requirements, and the draft would be released to the individual QUESTIONS 1. What amount of lead time would be required for the pre-notification on large value cash orders and/or bank draft requests? 1. In the past, large value cash orders and bank draft requests have been accomplished with the authorized departmental representative bringing in an RG cheque in their name. Given the Government of Canada's (GC) stated goal of phasing out GC cheques in favour of direct deposits (DD), could settlement occur through a direct deposit made to an internal FI branch bank account? 2. In the past, identification requirements for large value cash orders or bank draft requests involved the FI branch reviewing identification and transcribing the particulars from the identification on the back of the cheque. This would not work with DDs. Would you support a scenario in which authorized departmental representatives were issued a non-ATM accessible convenience card? This would allow the representative to be positively identified through a PIN number at the teller station of the FI branch. a. If this would be possible, what personal information would you require about the authorized departmental representative in order to be able to provide them with a non-ATM accessible convenience card (e.g. name, business address, etc)? 3. Rather than the authorized departmental representatives picking up large value cash orders in branch would you be willing/able to provide a cash parcel service in which large value cash orders are delivered by the contractor directly to specific departmental locations? a. If so, would there be a minimum value of the cash order that you would entertain? b. Would this service only be available within major city centres? c. Understanding that the costs of such a cash parcel service would vary based upon location etc, would you be able to provide a high-level idea of the costs for such a service? d. Would you bid on this arrangement if it included a cash parcel delivery service, or only if it included in-person pickup of large cash deposits by authorized departmental representatives? 4. Do you have any suggestions on how the general services described in this document might be provided? 5. Do you have any concerns with the general processes described above that you would like to address? NOTE TO POTENTIAL RESPONDENTS Responses Responding to this request is not a prerequisite to receiving any resulting Request for Proposal for this requirement. However, all Respondents are encouraged to indicate their level of interest by responding with their comments in order to facilitate a better understanding of requirements and Industry perspectives. The publication of this RFI must not be construed as a commitment on Canada's part to issue a subsequent Request for Proposal for this requirement and no contract or other form of commitment will be entered into with any Respondent based on responses to this RFI. This RFI must in no way be considered as authorization by Canada for Respondents to undertake any work, which would result in costs to Canada. Canada will not be liable for, nor will it reimburse any Respondents for any costs, fees or expenses which any Respondent incurs in the preparation or submission of its response to this RFI. Canada will not be bound by anything stated herein. Canada reserves the right to change, at any time, any or all parts of the requirement as it renders necessary. All responses to this RFI will be held by Canada on a confidential basis (subject to applicable legislation), and remain the property of Canada once they have been received and may be used to support further development of internal planning documents and decisions, and possibly an RFP. Note that responses to the RFI will not be returned. PARTICIPATION This RFI is inclusive and flexible and is not intended to pre-qualify Respondents at any stages of the process. An interested Respondent who does not participate in this RFI is not precluded from participating in any subsequent RFP process. CLOSING DATE Responses to this RFI will be accepted until 2:00 PM Eastern Standard Time (EST) on December 15, 2014. The information received after that date will be considered only to the extent reasonable, in the sole opinion of Canada. ENQUIRIES Any questions from Respondents concerning this RFI must be made in writing to the Contracting Authority stated below, via e-mail on or before the closing date. Canada reserves the right to not respond to questions received after the closing date or to any question not related to this RFI. Enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the respondent do so, so that the proprietary nature of the question is eliminated, and the responses will be made publicly available through the Government Electronic Tendering Service (https://buyandsell.gc.ca/). Enquiries not submitted in a form that can be distributed to all Respondents may not be answered by Canada. If a question is determined to be proprietary, Canada reserves the right to respond only to that party. FORMAT OF RESPONSE Comments and responses to the questions must be provided prior the closing date, electronically to the Contracting Authority identified below. CLARIFICATION Canada may require clarification of written responses and/or comments received as a result of the responses received FI. If required, any clarification will be requested in writing. Respondents are advised that any information submitted to PWGSC in response to this Request for Information may be used in the development of a subsequent RFP. Respondents will not be bound by any aspect of their response to this RFI. All responses will be held by Canada on a confidential basis (subject to application legislation), and remain the property of Canada once they have been received and may be used to support further development of internal planning documents and decisions, and possibly an RFP. Note that responses will not be returned. RESPONSES REGARDING THIS REQUIREMENT ARE TO BE SUBMITTED TO THE FOLLOWING PWGSC CONTRACTING AUTHORITY: Karen Marcotte, Contracting Officer, Acquisitions Branch Professional Services Procurement Directorate Public Works and Government Services Canada Place du Portage, Phase III, 10C1 11 Laurier Street, Gatineau, Quebec, K1A 0S5 Tel: (819) 956-8165 Email: Karen.Marcotte@tpsgc-pwgsc.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
-
No trade agreements are applicable to this solicitation process
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Marcotte, Karen
- Phone
- (819) 956-8165 ( )
- Fax
- (819) 956-2675
- Address
-
11 Laurier St. / 11, rue Laurier
10C1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZG.B423.E28146.EBSU001.PDF | 001 |
English
|
11 | |
ABES.PROD.PW__ZG.B423.F28146.EBSU001.PDF | 001 |
French
|
3 | |
ABES.PROD.PW__ZG.B423.E28146.EBSU000.PDF | 000 |
English
|
27 | |
ABES.PROD.PW__ZG.B423.F28146.EBSU000.PDF | 000 |
French
|
8 |
Access the Getting started page for details on how to bid, and more.