Temporary Help Services
Solicitation number E60ZN-110002/G
Publication date
Closing date and time 2019/07/31 15:00 EDT
Last amendment date
Description
Trade Agreement: CETA / CFTA Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: TITLE: REQUEST FOR STANDING OFFERS FOR TEMPORARY HELP SERVICES PERMANENT NOTICE: This is the permanent notice for the duration of the THS Standing Offer Period. As long as this permanent notice remains posted on Buyandsell.gc.ca/tenders, THS Standing Offers will be issued to all Offerors that meet the qualification requirements of this RFSO. This RFSO will solicit: (1) New Offerors to become Offerors for the THS; and, (2) Offerors who have a SO issued under RFSO E60ZN-110002/E to qualify for additional classifications, streams and/or sub-streams to be added to its Standing Offer. Canada reserves the right to conduct the evaluation of offers in cycles, not less than quarterly. That is, Canada may collect offers received over a calendar year quarter, in order to conduct the evaluation of all those offers concurrently as part of a single cycle of qualification. Quarterly Evaluation Periods: Quarter: Closing Date: Evaluation Period: Q1 June 30 July 1 to September 30 Q2 September 30 October 1 to December 31 Q3 January 3 January 4 to March 31 Q4 March 31 April 1 to June 30 BACKGROUND: This document will serve to renew the Request for Standing Offer (RFSO) in place for the provision of Temporary Help Services (THS) in the National Capital Area (NCA) and to maintain the current Standing Offers issued under E60ZN-110002/E. The solicitation for the THS Request for Supply Arrangement is also presently posted on Buyandsell.gc.ca/tenders, solicitation number EN578-060502/I. REQUIREMENT: Public Works and Government Services Canada invites interested Offerors to respond to the Request for Standing Offer for the provision of THS to be provided for the NCA. PWGSC intends to issue multiple Standing Offers for THS to be provided in the NCA as a result of this solicitation. Temporary Help Services (THS) includes five (5) streams of services; Stream 1 Office Support Stream 2 Administrative Services Stream 3 Operational Services Stream 4 Technical Services Stream 5 Professional Services Individual call-ups against the Standing Offer must not exceed the financial limitation of $400,000.00 (Travel expenses, Goods and Services Tax or Harmonized Sales Tax, overtime and all amendments included) and should not exceed the time limitation of 48 consecutive weeks (including all absences, and all subsequent amendments), whichever of the two limitations comes first. SECURITY REQUIREMENT: There is a security requirement associated with this requirement. For additional information, refer to Part 6 - Security, Financial and Insurance Requirements and Part 7 - Standing Offer and Resulting Contract Clauses. SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS (APPLICABLE ONLY TO A PORTION OF THE RFSO): A portion of this procurement has been set aside under the federal government's Set-Aside Program for Aboriginal Business (SPAB). In order to be considered, firms must certify that they qualify as an Aboriginal business as defined in the SPAB and that they will comply with all requirements of the SPAB. Where an Offeror wishes its offer to be considered for set aside for Aboriginal business under the federal governments Set-Aside Program for Aboriginal Business, Offerors must complete and sign the certification in Part 5 - Certifications of the RFSO. LOCATION OF SERVICES: Standing Offers will be issued to Qualified Offerors in the National Capital Area (NCA). The NCA boundary for PWGSC is recognized as the Regional Municipality of Ottawa-Carleton boundary on the Ontario side and the Outaouais Regional Community on the Quebec side. OFFICIAL LANGUAGES: The services to be provided will be delivered in one or both of the two official languages of Canada according to the requirements of the Identified User issuing a Call-up against the Standing Offer. MANDATORY CRITERIA: Offerors must ensure that their offer provides sufficient evidence for Canada to assess the compliance of their offer with the mandatory requirements as indicated in the RFSO document. SELECTION METHODOLOGY: Offerors will be required to meet all the mandatory requirements. Offers failing to meet these conditions will be considered non-compliant and will be given no further consideration. The Offeror selection will be conducted for each Classification. All Offerors who are compliant with all mandatory requirements will be authorized for issuance of a Standing Offer and will become Qualified Offerors. A single Standing Offer will be issued to Aboriginal Offerors who qualify for both Aboriginal and Non-Aboriginal Procurements. No limit will be set on the number of Standing Offers to be issued. TECHNICAL RESPONSE TEMPLATE: Offerors should use the modified response template listed below in the preparation of their offer for both the hard and soft copy. RFSO Technical Response Template Electronic File Name: Attachment 1 to Part 3 - RFSO Technical Response Template.xls The RFSO Technical Response Template has been posted on GETS and is available for download. INFORMATION REGARDING RFSO: In accordance with the Enquiries - Request for Standing Offer provision of this solicitation, enquiries can be sent in writing directly to the attention of the Standing Offer Authority at TPSGC.DGASAT-ABTHS.PWGSC@tpsgc-pwgsc.gc.ca STANDING OFFER AUTHORITY: Supply Team Leader Public Services and Procurement Canada (PSPC) Acquisitions Branch / Services & Technology Acquisition Management Sector (STAMS) Provisional Labour Services Division Terraces de la Chaudiere 10 Wellington Street Gatineau, Quebec K1A 0S5 Telephone: 613-859-0147 Delivery Date: 05/11/2018 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)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
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
- Marquis, Lise
- Phone
- (613) 859-0147 ( )
- Email
- TPSGC.DGASAT-ABTHS.PWGSC@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
10, rue Wellington/10 Wellington St
Terraces de la chaudièreGatineau, Quebec, 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__ZN.B002.F34051.EBSU001.PDF | 001 |
French
|
3 | |
ABES.PROD.PW__ZN.B002.E34051.EBSU001.PDF | 001 |
English
|
44 | |
ABES.PROD.PW__ZN.B002.F34051.EBSU000.PDF | 000 |
French
|
9 | |
ABES.PROD.PW__ZN.B002.E34051.EBSU000.PDF | 000 |
English
|
153 |
Access the Getting started page for details on how to bid, and more.