Temporary Help Services

Tender Information
Author pmnationtalk
Deadline Open
All 1
Name Public Works and Government Services Canada
Type NPP
Region Gatineau, QC
Email TPSGC.DGASAT-ABTHS.PWGSC@tpsgc-pwgsc.gc.ca
Sector Public Sector
16336618 1
12477688 1
Category Consulting Services

Date closing      2017/10/31 14:00       Eastern Daylight Time (EDT)

Details

Reference number      PW-$$ZN-004-26794

Solicitation number      EN578-060502/I

Region of delivery      National Capital Region

Notice type      Notice of Proposed Procurement (NPP)

GSIN      R201AA: Temporary Help Services, General Office Support

Trade agreement     Agreement on Internal Trade (AIT)

Tendering procedure      All interested suppliers may submit a bid

Procurement entity      Public Works and Government Services Canada

End user entity      Public Works and Government Services Canada

Description

Trade Agreement: Agreement on Internal Trade (AIT)
Tendering Procedures: All interested suppliers may submit a bid
Competitive Procurement Strategy:
Comprehensive Land Claim Agreement: No
Nature of Requirements:

IMPORTANT NOTICE TO SUPPLIERS AMENDMENT 007

This amendment is to extend the RFSA closing date and incorporate new administrative provisions into the solicitation.

NOTICE OF PROPOSED PROCUREMENT FOR

REQUEST FOR SUPPLY ARRANGEMENTS (RFSA) TEMPORARY HELP SERVICES (THS) FOR

Public Works and Government Services Canada Identified Users in the National Capital Area
PWGSC FILE NO.: EN578-060502/I

Suppliers interested in submitting an arrangement in response to this Request for Supply Arrangement (RFSA) solicitation can access the RFSA documentation directly from this PWGSC Notice of Proposed Procurement (NPP) publication at: https://buyandsell.gc.ca/procurement-data/tenders

Notice Of Proposed Procurement (NPP)

Temporary Help Services (THS) For Public Works and Government Services Canada Identified Users in the National Capital Area

TITLE:

REQUEST FOR SUPPLY ARRANGEMENTS FOR TEMPORARY HELP SERVICES PERMANENT NOTICE:

This is the permanent notice for the duration of the THS Supply Arrangement Period. As long as this permanent notice remains posted on Buyandsell.gc.ca/tenders, THS Supply Arrangements will be issued to all suppliers that meet the qualification requirements of this RFSA.

This RFSA will solicit:
(1) Suppliers to become Suppliers for the THS; and,
(2) Suppliers who have a SA issued under RFSA EN578-060502/H to qualify for additional classifications, streams and/or sub-streams to be added to its Supply Arrangement.

Canada reserves the right to conduct the evaluation of arrangements in cycles, not less than quarterly. That is, Canada may collect arrangements received over a calendar year quarter, in order to conduct the evaluation of all those arrangements 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 Supply Arrangement (RFSA) in place for the provision of Temporary Help Services (THS) in the National Capital Area (NCA) and to maintain the current Supply Arrangements awarded under EN578-060502/H.

The solicitation for the THS Request For Standing Offer is also presently posted on Buyandsell.gc.ca/tenders, solicitation number E60ZN-110002/F.

REQUIREMENT:

Public Works and Government Services Canada (PWGSC) invites interested suppliers to respond to the Request for Supply arrangement (RFSA) for the provision of THS to be provided for the NCA. PWGSC intends to issue multiple Supply Arrangements 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 contracts against the Supply Arrangement 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 4 – Evaluation Procedures and Basis of Selection and Part 6 – Supply Arrangement and Resulting Contract Clauses.

SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS (APPLICABLE ONLY TO A PORTION OF THE RFSA):

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 they will comply with all requirements of the SPAB.

Where a Supplier wishes its arrangement to be considered for set aside for Aboriginal business under the federal governments Set-Aside Program for Aboriginal Business, Suppliers must complete and sign the certification in Part 5 – Certifications of the RFSA.

LOCATION OF SERVICES:

Supply Arrangements will be awarded to Qualified Suppliers 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 contract against the Supply Arrangement.

MANDATORY CRITERIA:

Suppliers must ensure that their arrangement provides sufficient evidence for Canada to assess the compliance of their arrangement with the mandatory requirements as indicated in the RFSA document.
SELECTION METHODOLOGY:

Suppliers will be required to meet all the mandatory requirements. Arrangements failing to meet these conditions will be considered non-compliant and will be given no further consideration.

The Supplier selection will be conducted for each Classification. All Suppliers who are compliant with all mandatory requirements will be authorized for issuance of a Supply Arrangement and will become Qualified Suppliers. A single Supply Arrangement will be issued to Aboriginal Suppliers who qualify for both Aboriginal and Non-Aboriginal Procurements.

No limit will be set on the number of Supply Arrangements to be issued.

TECHNICAL RESPONSE TEMPLATE:

Suppliers should use the unmodified response template listed below in the preparation of their arrangement for both the hard and soft copy.

RFSA Technical Response Template
Electronic File Name: Attachment 1 to Part 3 – RFSA Technical Response Template.xls

The RFSA Technical Response Templatehas been posted on Buyandsell.gc.ca/tenders and is available for download.

INFORMATION REGARDING RFSA:

In accordance with the Enquiries – Request for Supply Arrangement provision of this solicitation, enquiries can be sent in writing directly to the attention of the Supply Arrangement Authority at: dgasat.acqbths@tpsgc-pwgsc.gc.ca

SUPPLY ARRANGEMENT AUTHORITY:

Stephanie Riley
Public Works and Government Services Canada
Acquisitions Branch
Labour and Relocation Procurement Directorate
Portage III 11C1
11 Laurier Street
Gatineau, Quebec
K1A 0S5
Telephone: 873-469-4460
E-mail address: TPSGC.DGASAT-ABTHS.PWGSC@tpsgc-pwgsc.gc.ca

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.

Access and terms of use

Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on Buyandsell.gc.ca/tenders, the authoritative location for GC tenders.

You may have received this tender notice or award 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 through Buyandsell.gc.ca/tenders.

This Government of Canada tender notice or tender award carries an Open Government Licence – Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information.

Solicitation Documents

ABES.PROD.PW__ZN.B004.E26794.EBSU000.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU000.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU001.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU001.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU002.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU002.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU003.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU003.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU004.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU004.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU005.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU005.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU006.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU006.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU007.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU007.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU008.PDF English
ABES.PROD.PW__ZN.B004.E26794.EBSU009.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU009.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU010.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU010.PDF French
ABES.PROD.PW__ZN.B004.E26794.EBSU011.PDF English
ABES.PROD.PW__ZN.B004.F26794.EBSU011.PDF French

Contact Information

Contact name      Riley, Stephanie
Contact phone      (873) 469-4460 ( )
Contact fax      (819) 997-2229
Contact address

11 Laurier St. / 11, rue Laurier
Place du Portage, 11C1
Phase III, Tower C
Gatineau
Quebec
K1A 0S5

For  more information:  buyandsell

Send To Friend Email Print Story

NationTalk Partners & Sponsors Learn More