Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-04-12 00:00:00
Canada CanadaBuys

RMSO for Temporary Help Services (EZ156-220001/C)

Process Number PW-$VAN-592-9119

Dates:


Publication date:

2022-04-12 00:00:00

Amendment date:

None

Date closing:

2022/05/11 14:00 Pacific Daylight Time (PDT)

Details:


Region of delivery:

British Columbia

Yukon

End user entity:

Public Works and Government Services Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$VAN-592-9119

Solicitation number:

EZ156-220001/C

Description:


Description:

Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: Yes Nature of Requirements: RMSO for Temporary Help Services EZ156-220001/C Leboeuf, Thomas Telephone No. - (604) 671-2613 ( ) Temporary Help Services, Pacific Region THIS PROCUREMENT INCLUDES A PORTION SET ASIDE FOR ABORIGINAL BUSINESS UNDER THE FEDERAL GOVERNMENT SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS. New Aboriginal and non-aboriginal offers will be accepted every six months. 2. SECURITY REQUIREMENT: There are security requirements associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Offerors should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. 3. REQUIREMENT: This requirement is for the provision of temporary help services to federal government departments and agencies in one or more of the geographical Areas listed in Annex "A" Statement of Work, on an as and when requested basis. There are 4 geographical Areas within the Pacific Region, which are listed in this solicitation’s Annex “A” Statement of Work under Article 3. Areas. There are 4 temporary help services categories: 1. Administrative Support 2. Professional and Administrative 3. Technical and Operational 4. Telecommunications and Engineering Services These categories are further broken down into classifications viewable at: http://ont-sat-ths.tpsgc-pwgsc.gc.ca/procedures/services-eng.cfm Temporary help services may be required from Offerors who provide the services of employees to other organization on a temporary basis when the other organizations incumbent employee is absent for a period of time; during a temporary workload increase, or when a position is in the process of being staffed. It is intended to issue multiple Standing Offers to qualified Offerors as the result of this Request for Standing Offer process. A Standing Offer is not a Contract and does not commit Public Works and Government Services Canada (PWGSC) to procure or contract for any goods, services or both. Any Standing Offer resulting from this Request for Standing Offer constitutes an Offer made by an Offeror for the provision of certain services to Canada at prearranged prices, under set terms and conditions that is open for acceptance by one or more Identified User(s) on behalf of Canada during a specified period of time. The resulting Standing Offers including Offeror(s) prices will be accessible to Identified User(s) through an electronic catalogue. This electronic catalogue will be updated semi-annually (every 6 months) to enable new Offerors the ongoing opportunity to qualify for a Standing Offer, and to enable existing Standing Offer Holders to revise their rates or contacts, or qualify for additional Areas. The period for making call-ups against the resulting Standing Offer is from June 1, 2022 to May 31, 2023, with the irrevocable right to extend for 2 additional one year periods. This procurement includes a Voluntary Set-Aside for Aboriginal Business. For further information on the Set-Aside Program for Aboriginal Business, contact the Aboriginal Procurement and Business Promotion Directorate, Indigenous and Northern Affairs Canada,at1-800-400-7677 or by e-mail at: saea-psab@aandc-aadnc.gc.ca. Call-ups to identified Aboriginal businesses under this Standing offer will be set aside 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. This Procurement is subject to the eleven Land Claims Agreement for the deliveries to the Yukon Territoy. 4. MANDATORY CRITERIA: A. FOR EXISTING STANDING OFFER HOLDERS: If an Existing Standing Offer Holder wishes to submit an offer for another geographical Area where a standing offer was not previously issued to them, a brand new offer must be submitted in accordance with Article 4.1.1.1 Section B - All Other Offerors, below. If an Existing Standing Offer Holder wishes to submit information for 4.1.1.2 Point Rated Criteria: Preferential Margin for Greening and Accessibility Commitments, a brand new offer must be submitted in accordance with Article 4.1.1.1 Section B - All Other Offerors, below. If Offeror fails to provide a brand new offer the Preferential Margin will not be applied to the Offeror’s financial evaluation. B. ALL OTHER OFFERORS: A separate and complete offer must be provided for each Region where the Offeror wishes to provide services. The Offeror must demonstrate they meet the following mandatory technical criteria. Failure to meet any of the mandatory technical criteria will render the bid non-responsive and it will be given no further consideration. 1. Offerors must provide a statement indicating they have a fully operational, permanent, commercial office in the Province for which they are submitting an offer. 2. Offerors must provide a statement indicating the office, in the Province for which they are submitting an offer, will be open Monday to Friday for a minimum of 7.5 hours per day, excluding Statutory Holidays. 3. Offerors must provide a statement indicating there are a minimum of 2 full-time employees working in the office of the Province for which they are submitting an offer. 4. Offerors must describe the tools or procedures or instruments in place to test for the various skills and aptitudes for the type(s) of temporary help services category(ies) offered, for example: What hard and soft skill tests are administered by the Offeror. 5. Offerors must describe their current internal quality control process to evaluate overall service and the performance of the temporary help employees, for example: The assessment of temporary help employee during the assignment and after completion of the assignment. Point Rated Criteria: Preferential Margin for Greening, Accessibility and Social Commitments. Note to All Offerors including Existing Standing Offer Holders: The submission of response to Greening, Accessibility and Social Commitments is optional, and the Preferential Margin will only be applied if the supporting information submitted by the Offeror for the Greening, Accessibility and Social Commitment is deemed acceptable by Canada. The submission of financial Offers, the Financial Evaluation and the qualification of each Standing Offer are described in the RFSO (see attached). All Existing Standing Offer Holders and new Offeror are to submit the certifications and information required under Part 5 Certifications and Additional Information of the solicitation no. EZ156-220001/C. IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Pacific Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. Suppliers are required to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level. To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Pacific Region Bid Receiving Unit’s generic address at TPSGC.RPReceptiondessoumissions-PRBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca Bids will not be accepted if emailed directly to this email address. Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation. Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.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.

Contact information:


Contact name:

Leboeuf, Thomas

Contact email:

Thomas.Leboeuf@pwgsc-tpsgc.gc.ca

Contact phone:

(604) 671-2613 ( )

Contact address:

Contact Fax:

( ) -

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW_VAN.B592.E9119.EBSU000.PDF 000 English 2022-04-12
ABES.PROD.PW_VAN.B592.F9119.EBSU000.PDF 000 French 2022-04-12