Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements:
Accommodations - Medicine Hat, Alberta
W7702-145649/A Holt, Judy Telephone No. - (306) 975-4051 (
) Fax No. - (306) 975-5397
The Department of National Defence (DND), Defence Research and Development Canada (DRDC) requires the provbstitute certification is equivalent to the certifications specified herein. The cost to demonstrate the equivalency shall be borne by the Contractor.
All paper products must be manufactured such that if a whitening process is used, the fibre must not have been whitened with elemental chlorine.
Environmental Criteria for Printing Inks: In order to reduce the environmental impact of its print publishing activities, the Canada Revenue Agency chooses to use inks that are considered environmentally friendly, containing vegetable oil-based materials. The printing inks used for requirements under the resulting Contract should adhere to the following criteria for % of vegetable oils as well as the % of VOC within the ingredients composing the ink.
Volatile Organic Compounds (VOC) Criteria: The common VOC in a conventional lithographic printing ink is high-boiling aliphatic petroleum distillate. This distillate is used to dissolve the resins that will eventually bind to the substrate during printing. The amount of ink VOC that is released to the atmosphere depends on the process; heatset inks release 80% of their VOCs while sheetfed inks release only 5%.VOC in an environmentally friendlier ink would be below 18 wt% for sheetfed inks, below 30% for sheetfed varnishes, and below 40 wt% for heatset inks and heatset overprint varnishes.
Vegetable Oil Criteria: Vegetable oils are renewable resources and can include Linseed Oil, Soya Oil, Chinawood Oil and similar plant oils or combinations of them.
In conventional lithographic printing inks (heatset and sheetfed) these oils and their derivatives can be used as is, or modified to provide the appropriate press and finished product properties.
The Vegetable oil-based materials in an environmentally friendlier ink would be above 25 wt% for sheetfed inks and overprint varnishes, and above 10 wt% for heatset inks and overprint varnishes.
Price Escalation/De-escalation
Prices for the second and third year of the initial contract period and optional periods of service, if exercised at CRA's discretion, will be adjusted (i.e. either increased or decreased) in accordance with the following, as published by Statistics Canada. • For printed products (Tables A, A1, A2, A3, A4 and A5, above): Table 1 Industrial Product Price Index - Not seasonally adjusted for Pulp and Paper.
• For shipping costs (Table B above):
Table 1 Consumer Price Index and major components, Canada - Not seasonally adjusted for Transportation.
The prices of the previous contract year will be multiplied by the “% change” published for the twelve month period preceding the contract anniversary date (for the second and third contract year) or the month preceding the month in which the Option is exercised. Release dates for major economic indicators can be accessed via http://www.statcan.gc.ca/release-diffusion/index-eng.htm.
TRADE AGREEMENTS
Only AIT is applicable to this requirement.
CONTRACT AND OPTIONS PERIODS
The Services will be required from date of Contract to 31 March 2018 inclusive, with four irrevocable options to extend the contract period for up to four additional years, to be exercised in 1-year increments.
CONTRACTOR SELECTION METHODOLOGY
The Bidder must meet all mandatory criteria applicable to this solicitation.
Only the bids meeting the mandatory criteria will be evaluated and scored in accordance with the point rated evaluation criteria.
Any proposal that does not achieve the minimum score of 96 points out of 160 will be considered non-compliant and will receive no further consideration.
To determine an overall score for each proposal, technical and price will each be given a rating value; in this case, 60% for technical and 40% for price, and then combined to derive a total combined rating.
The Bidder recommended for award of the Contract will be the compliant Bidder achieving the highest combined rating.
All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to:
CONTRACTING Authority:
Diane Page Senior Supply/Business Analyison of hotel accomodations in the Medicine Hat, Alberta area to support personnel during periods of peak usage periods as well as during various exercises throughout the year.
The offeror must be capable of supplying a maximum of 40 rooms for periods ranging from 1 - 15 nights.
Complete requirement is detailed in the Request for Standing Offer document.
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.