Alternate method of supply for guard services

Solicitation number EN578-210714/C

Publication date

Closing date and time 2022/05/03 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Guard services request for Standing Offer and Supply Arrangement  (RFSOSA)- Refresh 1
    
    This solicitation is a Request for Bids to satisfy Canada’s requirement for the provision of Guard services to locations throughout Canada, excluding any locations in areas subject to any of the Comprehensive Land Claims Agreements.
    
    New Bidders:  In order to be considered for an SO and SA, bidders must submit a bid as per the instructions detailed at Part 2 - Bidders Instructions by the closing date and time indicated on page 1 of this RFSOSA.
    
    Bidders may submit an offer for a SO or an arrangement for a SA by responding to the posted refresh terms and conditions in effect. 
    
    Existing Suppliers: Standing Offer only:
    This solicitation is an opportunity to submit a new financial offer. It is not mandatory for existing suppliers to provide a response to a refresh solicitation. If the supplier does not submit a new financial offer, existing rates will apply for the new Standing Offer period.
    
    As part of the financial evaluation, a new median will be calculated using the new (for new suppliers), revised (for existing suppliers who have submitted new prices) and initial (for existing suppliers who have not revised their prices) financial offers. Existing suppliers who have not submitted a new financial offer will keep their SO regardless of the new median. Existing suppliers who have submitted a new financial offer will be evaluated according to the new median, and would have their current SO suspended or set-aside if their financial offer is above the new median band. Suspended existing suppliers will have the opportunity to submit a revised financial offer at the subsequent refresh and be reinstated if the proposed prices are within the median band. 
    
    Canada may issue an unlimited number of SO/SAs and may continue to issue SO/SAs to new bidders throughout the SO/SA period. 
    
    1. Background
    Guard Services for any government department, agency or Crown Corporation listed in Schedules I, I.1, II of the Financial Administration Act, R.S., 1985, c. F-11, must be provided by the Canadian Corps of Commissionaires under the Right of First Refusal (RFR) granted by Treasury Board (https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=12025). This policy has been in place since World War II, with the 15 Canadian Corps of Commissionaires Divisions across Canada providing the guard services. In March 2020, the Treasury Board approved an extension of the RFR until 31 March 2023, and Canada values this social policy for providing employment opportunities for veterans. The primary method of supply currently in place until March 31, 2023 is a National Master Standing Offer NMSO  - EN578-221822/001/ZL.
    While Canada maintains its commitment to the RFR policy with the Canadian Corps of Commissionaires, due to the nature of the RFR process, a request for guard services may be declined by the Canadian Corps of Commissionaires. Furthermore, not all Schedules under the Financial Administration Act, R.S., 1985, c. F-11. , fall under the RFR, meaning not all federal organizations are required to use the Canadian Corps of Commissionaires.  There are also requirements for specialized guard services that cannot be provided under the terms and conditions of the NMSO.
    2. Applicable Trade Agreements
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    3. Canadian Content Policy
    
    The requirement is limited to Canadian services.
    
    4. Comprehensive Land Claims Agreements
    
    The Request for Bids is to establish multiple RMSO and SA for the requirement detailed in the RFSO/SA, to the Identified Users across Canada, 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.
    
    5. Mandatory reporting for equity designated groups
    
    This procurement contains a mandatory requirement to report on equity designated groups as defined in the Employment Equity Act (i.e., women, Indigenous peoples, blacks, other members of visible minorities and persons with disabilities). 
    
    6. Period of the Standing Offer and Supply Arrangement
    
    Resulting Standing Offers will be valid until May 31, 2029, unless Canada no longer considers it to be advantageous to use it.
    
    Resulting Supply Arrangements have no defined end-date and will remain valid until such time as Canada no longer considers it to be advantageous to use it.
    
    6.1 Ongoing opportunity to qualify
    
    A Notice will be posted on Buyandsell.gc.ca/tenders every year of the SO/SA period to allow new suppliers to submit an offer or arrangement. Suppliers may submit an offer for a SO or an arrangement for a SA by responding to the posted refresh terms and conditions in effect. 
    
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Cayer, Sophie
    Phone
    (613) 858-8846 ( )
    Email
    Sophie.Cayer@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 4th Floor
    10 Wellington Street
    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
    002
    English
    39
    002
    French
    10
    001
    English
    21
    001
    French
    7
    000
    English
    121
    English
    50
    French
    4
    000
    French
    23

    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 – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: