SA-Printing Services

Solicitation number EN578-201407/C

Publication date

Closing date and time 2026/03/31 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: Yes
    Nature of Requirements: 
    
    THIS IS AN ONGOING REQUEST FOR SUPPLY ARRANGEMENTS (RFSA) FOR SUPPLY ARRANGEMENT # EN578-201407
    
    This on-going opportunity for qualification permits new suppliers to submit arrangements and potentially become Supply Arrangement Holders for the provision of Printing Services.
    
    Existing qualified Suppliers, who have been issued a supply arrangement, will not be required to submit a new arrangement.
    
    Suppliers may submit an arrangement to the PWGSC Bid Receiving Unit at any time before the closing date of the RFSA to qualify for the Supply Arrangement. Any arrangement submitted in response to the ongoing RFSA will be evaluated according the evaluation criteria specified in the RFSA. Arrangements will be evaluated on a quarterly basis (March, June, September and December).
    
    New fully compliant suppliers will be issued Supply Arrangements and their names will be added to the existing Supply Arrangement Holder lists on the condition that they meet all of the requirements of the Request for Supply Arrangements.
    
    SA-Printing Services - EN578-201407/C
    MPACE(CW), MIACE
    
    The Government of Canada requires the provision of a full range of printing services (including Commercial printing, business card printing, reprographics/duplicating, specialized security printing services [i.e. booklets, paper licenses, certificates, serialized single part forms, etc.. with security features]) and related services on an "as and when requested basis".  The scope of the services covered by the Supply Arrangement is detailed in Annex A - Statement of Work.
    
    Printing services refers to various printing methods including offset (sheet-fed and web), digital, business cards and other related printing services.
    
    The Supply Arrangements will cover the following products:
    
    Category 1 - Business cards
    Category 2 - Loose sheet products
    Category 3 - Bound publications 
    Category 4 - Specialty single sheet products
    Category 5 - Other types of related printed products, binding and reproduction of CDs (of printed publications)
    Category 6 - Personalization of certificates and similar printed products (Variable Imaging)
    Category 7 - Reproduction of publications and other print matter on electronic media from supplied master documents
    Category 8 - Specialized Security Printing of Bound booklets produced with security features 
    Category 9 - Specialized Security Printing of labels and single part flat forms produced with security features  
    
    Supply Arrangements will be divided into five (5) streams:
    
    Stream A:  Business Cards
    Stream B:  Reprographics/Duplicating 
    Stream C:  Low Quantity
    Stream D:  High Quantity 
    Stream E:  Specialized Security printing
    
    Suppliers are required to indicate the regions and the streams for which they are submitting an arrangement.
    
    The regions are: 
    
    Region 1 - Atlantic Region (Nova Scotia, New Brunswick, Prince Edward Island and Newfoundland and Labrador); 
    Region 2 - Quebec Region (outside the National Capital Region [Gatineau/Ottawa]);
    Region 3 - National Capital Region (NCR); 
    Region 4 - Ontario Region (outside the National Capital Region [Gatineau/Ottawa]);
    Region 5 - Western Region (Manitoba, Saskatchewan, Alberta, Northwest Territories and Nunavut);
    Region 6 - Pacific Region (British Columbia and Yukon territory).
    
    Suppliers are required to submit their arrangement in response to the Stream or Streams of their choice. Arrangements will be evaluated in accordance with the mandatory technical criteria and Stream specific technical criteria for the stream(s) in response to which suppliers have submitted their arrangement.
    
    Canada expects to authorize Supply Arrangements with all aboriginal and non-aboriginal suppliers that are deemed responsive to the RFSA.
    
    All Supply Arrangements issued as result of this solicitation will be valid until such time as Canada no longer considers it to be advantageous to use it.
    
    These services will be provided to the identified users as follows;
    
    - Any government department, agency or Crown Corporation listed in Schedules I, I.1, II, III, of the Financial Administration Act, R.S.C., 1985, c. F-11.
    - Communication Procurement Directorate (CPD) on behalf of any identified users. 
    - Any other identified users added to the Supply Arrangement through amendment.
    
    Individual contracts awarded under the Supply Arrangement will not exceed $2,000,000.00 (including applicable taxes). For requirements valued at more than $2,000,000.00 including applicable taxes, the Request for Proposal will be posted on the Government Electronic Tendering Service (GETS).
    
    Security Requirements:
    
    There is no mandatory security requirement associated with qualifying as a Supplier under the Supply Arrangement for Stream A, Stream B, Stream C and Stream D.
     
    Although there is no security requirement required to be a supplier under the Supply Arrangement for Stream A, Stream B, Stream C and Stream D, suppliers may be required to meet security requirement on subsequent RFP Request. For any contract requiring a security level, only Suppliers holding a valid security clearance at the required level will be considered.
    
    Stream E: Only Suppliers holding a valid security clearance at Level 2 and/or Level 3 will be considered for this Stream.
    
    Trade Agreement
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA)
    
    Canadian Content: 
    
    The goods and/or services covered by the Supply Arrangement will be solely limited to Canadian goods and/or services
    
    Procurement Strategy for Aboriginal Business
    
    The requirement covered by the bid solicitation of any resulting supply arrangement may be set aside for Aboriginal business under the federal government's Procurement Strategy for Aboriginal Business, as detailed in Annex 9.4 Requirements for the Set-aside Program for Aboriginal Business, of the Supply Manual.
    
    Further to Article 800 of the CFTA, CFTA does not apply to the set aside portion of this procurement. CFTA does apply to the portion of the procurement not set aside under PSAB. 
    
    Comprehensive Land Claims Agreements
    
    This procurement is subject to the Comprehensive Land Claims Agreements in Canada.
    
    The Request for Supply Arrangements (RFSA) is to establish supply arrangements for the delivery of the requirement detailed in the RFSA to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs).
    
    Evaluation Procedures
    
    (a) Arrangements will be assessed in accordance with the entire requirement of the Request for Supply Arrangements including the technical evaluation criteria.
    
    (b) An evaluation team composed of representatives of Canada will evaluate the arrangements.
    
    Technical Evaluation
    
    Each Stream (Stream A and/or Stream B and/or Stream C and/or Stream D and/or Stream E) will be evaluated separately.
    
    Mandatory Technical Criteria 
    Arrangements submitted by suppliers for each Stream must meet all the mandatory technical evaluation criteria. No further consideration will be given to arrangements not meeting all of the mandatory criteria.
    
    Point Rated Technical Criteria 
    Arrangements submitted by suppliers for each Stream must obtain the required overall minimum of 80% for the technical evaluation criteria, which are subject to point rating. Arrangements that do not obtain the minimum overall score will be considered non-responsive and will not be considered further.
    
    - epost Connect service
    
    This RFSA allows suppliers to use the epost Connect service provided by Canada Post Corporation to transmit their arrangement electronically.  Suppliers must refer to Part 2 of the RFSA entitled Supplier Instructions and Part 3 of the RFSA entitled Arrangement Preparation Instructions for further information on using this method.
    
    Delivery Date: 29/03/2021
    
    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)

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    MPACE(CW), MIACE
    Phone
    ( ) - ( )
    Email
    TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, 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.

    Access the Getting started page for details on how to bid, and more.

    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
    ,
    Germany
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    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.