Fairness Monitoring Services RFSO

Solicitation number EP740-191512/C

Publication date

Closing date and time 2020/02/12 14:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Fairness Monitoring Services
    
    Summary:
    
    Public Works and Government Services Canada (PWGSC) requires the services of Fairness Monitors (FM) to observe departmental activities in order to provide independent assurance to the department, its clients, industry, Parliament and Canadians that these activities are conducted with integrity, accountability, and in a fair, open and transparent manner. The services of independent third-party Fairness Monitors allow PWGSC to protect the interests of its clients and Canadians by identifying and resolving fairness issues in real time, thus averting fairness deficiencies and avoiding possible costly after-the-fact resolutions.
    
    The integrity of the FM Program is dependent on the engagement and use of credible and reputable Fairness Monitors who are accountable for their opinions in the face of public scrutiny. Accordingly, PWGSC is looking for Fairness Monitors who have professional designations and who will confidently defend rendered opinions on the fairness of monitored activities.
    
    The Request for Standing Offers (RFSO) is to establish Departmental Individual Standing Offers (DISOs) for the requirement detailed in the RFSO, to the Identified User, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers.
    
    This RFSO allows offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method.
    
    Security Requirements: 
    
    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 Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    Period of the Standing Offer:
    
    The period for making call-ups against the standing offers will be from the date of SO issuance to March 31, 2025.
    
    Refresh Solicitation:
    
    A Notice will be posted on Buyandsell.gc.ca/tenders every eighteen months of the SO period to allow new suppliers to submit an offer. Suppliers may submit an offer for a Standing Offer by responding to the posted refresh terms and conditions in effect. 
    
    This process will also permit existing suppliers to modify their financial offer. It is not mandatory for existing suppliers to provide a response to a refresh. 
    
    As part of the financial evaluation, a new median will be calculated at each refresh using the new rates (for new suppliers), revised rates (for existing suppliers who have submitted new prices) and initial rates (for existing suppliers who have not revised their prices) provided in financial offers. Existing suppliers who have not submitted a new financial offer will keep their SO regardless of the new median and mandatory financial criteria. Existing suppliers who have submitted a new financial offer will be evaluated according to the new median, and would have their current SO suspended if their financial offer is above the new median range. Suspended existing suppliers will have the opportunity to submit a revised financial offer at the subsequent refresh and have the suspension lifted if the proposed prices are within the median range. 
    
    Canada may issue an unlimited number of SOs and may continue to issue SOs to new Offerors throughout the SO period. 
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Hall, Mark
    Phone
    (613) 858-8626 ( )
    Email
    mark.hall@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    Terrasses de la Chaudière 5e étage
    10 Wellington Street,
    10, rue Wellington
    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
    004
    French
    6
    004
    English
    35
    003
    French
    0
    003
    English
    19
    002
    French
    2
    002
    English
    22
    001
    French
    2
    001
    English
    25
    French
    4
    English
    31
    000
    French
    25
    000
    English
    143

    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
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: