RELOCATION SERVICES

Solicitation number E60LM-110012/D

Publication date

Closing date and time 2013/09/04 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    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 announce a date for Reviewing Results
    of Industry Consultations
    
    Industry Consultation
    
    A face-to-face industry day will be held on September 4, 2013 at
    13:00 hrs at the offices of RCMP 
    located at 73 Leikin Drive in Ottawa.
    
    Due to space constraints, attendance will be limited to 2
    representatives from each potential respondent. Security
    requirements require that suppliers intending to attend the
    industry consultation must provide 
    the names of attendees to the Contracting Authority no later
    than Noon EDT on August 26, 2013 to 
    ensure admittance to the industry consultation.
    
    Discussions taking place at the industry day will not be
    recorded or transcribed.  This is an informal meeting with
    industry; however, suppliers will have the opportunity to submit
    specific enquiries in writing 
    to the Contracting Authority during the solicitation period for
    the RFP.  
    
    Non-attendance at the industry day will not preclude a supplier
    from bidding on this requirement when 
    the RFP is ultimately published.
    
    Directions to the RCMP 73 Leikin Drive location: From East Hunt
    Club, turn left onto Prince of Wales, 
    turn right onto Fallowfield, turn left onto Merivale, turn right
    onto Leikin, turn left into Visitor Parking lot.
    
    From West Hunt Club, turn right onto Prince of Wales, turn right
    onto Fallowfield, turn left onto Merivale, turn right onto
    Leikin, and turn left into the Visitor Parking lot.
    
    The main entrance to the building is located at 73 Liekin. All
    guests are required to register at the Visitor Centre. There is
    a large visitor parking lot next to the Visitor Centre. Once
    registered at the Visitor 
    Centre, guests will walk to the M4 entrance where they will be
    greeted by an RCMP representative.
    
    
    Agenda Highlights
    
    Financial Evaluation and Business Distribution Methodology
    
    In the RFP, Bidders will be asked to provide rates for the
    following:
    General All-Inclusive Moving Service Rate (GAMS) for moves
    originating in Canada and the United States;
    Long-term storage (LTS)
    Personal Motor Vehicles;
    Storage-in-transit (SIT) for periods exceeding 10 days;
    Warehouse handling in and out;
    Hourly rates for labour if a move is cancelled or delayed on
    load day; and
    Moves involving Third Party Service Providers (GAMS3PSP):
    Transport by air;
    Transport by water; and
    Transport by rail.
    
    
    
    
    In order for Bidders to determine their rates, historic volumes
    will be provided.  Please note that the historic volumes are for
    informational purposes only and do not constitute a projection
    of future business.
    
    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.
    
    * The financial evaluation grids, process for evaluation, and
    business distribution methodology will be posted in an amendment
    to this notice prior to the Industry Consultations.
    
    ** Only the format and content of the Financial Evaluation and
    Business Distribution 
    Methodology will be explained; Bidder rates are not to be
    submitted nor will they be discussed.
    
    
    Benchmark Rates
    
    Bidders will bid their GAMS rates without reference to any
    benchmark.  
    
    
    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 10
    days of storage in-transit (SIT); crew costs; Replacement Cost
    Protection (RCP) 
    including claims settlement and any other services that are
    required (such as long carry) to prepare for 
    the transport of the HG&E shipment that are not otherwise
    specified.
    
    The detail in the GAMS table has been increased.
    
    
    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.  Bidders will
    provide rates for HG & E transported by air,  water, and rail;
    this rate will be applied to the Third Party Service Provider
    portion of shipments and is 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 during the Active Posting Season
    (Jun - Aug) 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 Saturday, 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

    • No trade agreements are applicable to this solicitation process

    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
    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

    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
    000
    French
    2
    000
    English
    68

    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 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: