SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Saturday, June 21 from 2:00 pm until 11:59 pm (EDT) 

RELOCATION SERVICES

Solicitation number E60LM-110012/C

Publication date

Closing date and time 2013/06/28 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Title
    
    Household Goods Moving Services -  Domestic
    
    This Notice is raised to provide a status update of the
    requirement and highlight key changes made to date based on
    feedback received during the LOI process.
    
    
    STATUS AND TIMELINES
    
    We continue to refine the RFP after review and consideration of
    all feedback received through the LOI processes.  The following
    schedule is tentative; therefore it should not be construed as
    final and is provided for information only.
    
    
    June 2013		Issuance of Notice regarding key changes to RFP
    document
    
    July 2013		Issuance of Second Notice including proposed date for
    Second Industry Day
    
    End of Summer 2013	Final Request for Proposal Issued
    
    Fall 2013		Final RFP Closes
    
    December 2013  	Award contracts
    
    
    KEY CHANGES
    
    Key changes to the RFP are listed below; please note revisions
    to the RFP are not limited to these but rather are the most
    significant.
    
    
    Benchmark Rates
    
    Bidders will bid their GAMS rates without reference to any
    benchmark.  
    
    
    Historic volumes
    
    Historic volumes will be provided for informational purposes
    only and do not constitute a projection of future business.
    
    
    General All-Inclusive Moving Service Rate (GAMS)
    
    Bidders will bid their GAMS rates. The GAMS rate is applied to
    the over-the-road portion of a shipment and includes pre-move
    consultation; pre-packing; major appliance certification and
    servicing; packing; physical handling of HG&E between the
    residence and the van; loading; scaling; transportation;
    ferries; 
    up to four hours waiting time; unloading; unpacking; shuttle
    service; parking permits; hoisting; lowering; rigging; up to 30
    days of storage in-transit (SIT); crew costs; and any other
    services that are required to prepare for the transport of the
    HG&E shipment that are not otherwise specified.
    
    The detail in the GAMS table has been increased.
    
    
    
    Business Distribution Methodology
    
    Bidders will be ranked based on a point-system derived from the
    rates bid in the financial evaluation as well as other rating
    criteria.  The Bidders will be given the opportunity to select
    their business volume (within parameters) based on their ranking
    order and the remaining percentages of business available.
    
    Moves accessible only by Third Party Service Providers are not
    included in the business distribution although associated long
    term storage (LTS) and Loc/LHM may be included.
    
    
    Moves involving Third Party Service Providers (GAMS3PSP)
    
    The GAMS3PSP rates will be bid separately with the lowest priced
    bidder awarded 100% of the moves; this will allow the Contractor
    to build relationships with Third Party Service Providers and
    coordinate moves into and out-of a given location.  This rate is
    applied to the Third Party Service Provider portion 
    of shipments and is applied in addition to the GAMS rate for the
    road portion of the move.  Extensions to the transit time guide
    (TTG) for delays outside contractor control will be reviewed on
    a case-by-case 
    basis.
    
    Business distribution for the remaining service area will not be
    impacted by award of these moves.
    
    
    Packing Standards
    
    Packing Standards have been removed from the draft RFP and
    replaced with General Packing Requirements.
    
    The Contractor is to perform all preparation and packing in a
    manner resulting in the least cubic measurement, producing
    packages that withstand normal movement without damage to the
    container 
    or contents and at a minimum of weight, unless the articles were
    previously packed by the shipper.
    
    
    Contract Period
    
    The contract period will be shortened to allow contractors to
    adjust to the changes and minimize risks associated with a
    long-term contract.
    
    
    Working Hours
    
    Working hours have increased so that all pre-move consultation,
    pre-packing/packing, loading, 
    unloading, and unpacking services commence no earlier than 0800
    hours and cease no later than 2000 hours from Monday to Friday,
    excluding statutory holidays.  Delivery or unpacking on weekends
    or statutory holidays may be pre-authorized by the TA only with
    mutual agreement between the Shipper 
    and the Contractor, and as long as there is no additional cost
    to Canada.
    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

    • Agreement on Internal Trade (AIT)

    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
    Stephen, Renee
    Phone
    (819) 956-6973 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage/, Phase III
    Floor 10C1/Étage 10C1
    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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 Information
    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)
    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: