Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Competitive Procurement Strategy:
Comprehensive Land Claim Agreement: No Nature of Requirements:
Temporary Help Services (THS) -
Manitoba
This requirement is for the provision of temporary help services to federal government departments and agencies for one or more of the geographical Areas listed in Annex "A", on an as and when requested basis.
There are two geographical Areas within Manitoba:
MB Winnipeg
MB Brandon and Shilo
Offerors are to provide separate offers for each of the geographical Areas where they wish to provide services.
There are 4 temporary help services categories:
Administrative Support,
Professional and Administrative,
Technical and Operational,
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 Standing Offer Holders who provide the services of employees to others on a temporary basis when the 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.
Offers will be accessible to Identified Users through an electronic catalogue.
This electronic catalogue will be refreshed 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.
An updated Notice of Proposed Procurement (NPP) and a Request for Standing Offer (RFSO) will be posted on the Buy and Sell website 5 days after the close of each solicitation.
The period for making call-ups against the Standing Offer is from June 1, 2014 to May 31, 2015, with the right to request 2 additional one year periods.
There is a security requirement associated with this requirement.
For additional information, consult Part 6 - Security, Financial and Insurance Requirements, and Part 7A - Standing Offer. For more information on personnel and organization security screening or security clauses, offerors should refer to the Canadian Industrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
The requirement is limited to Canadian goods and/or services.
This procurement includes a Voluntary Set-Aside for Aboriginal Business.
A. ALL OFFERORS:
Separate and complete offers must be provided per geographical Area for which offerors are wishing to provide services.
In addition, only one offer per geographical Area, per Offeror will be accepted and evaluated.
If more than one offer is received per geographical Area, Canada will choose which offer to evaluate.
1. Offeror's commercial office for each geographical Area:
(i)
Offerors must demonstrate that they provide services from a fully-operational, permanent, commercial office for each geographical Area for which they are submitting an offer.
(ii)
Offerors must demonstrate that they operate their commercial office during normal business hours (a minimum of 7.5 hours per day, any time from 7:30 a.m. to 5:30 p.m.) in each geographical Area for which they are submitting an offer.
2. Commercial office staff:
(i)
Offerors are to demonstrate that they maintain a minimum staff of two (2) full-time employees in their commercial office for each geographical Area for which they are submitting an offer.
3. Offeror standard response times:
Offerors must demonstrate how they will meet the following:
(i)
Reply to an Identified Users queries within forty-eight (48) hours.
(Ii) Dispatch an appropriate resource to the identified client site within 48 hours 80% of the time.
4.Offerors Corporate experience related to classifications offered:
(i) Offerors must demonstrate that they have been in business for at least one (1) year; and
(ii) Must demonstrate that they have previously provided one or more of the offered classifications for a minimum of three (3) months.
5. Offeror process for testing candidates:
The Offeror must describe the tools, procedures and instruments in place to test for the various skills and aptitudes for the types of classifications offered, for example:
(i)
What hard and soft skill tests are administered by the Offeror;
6. Offerors Quality Control Process:
Offerors must describe their firm's current internal quality control process to evaluate overall service of the firm/company; and the performance of the temporary help employees.
THIS PROCESS MUST INCLUDE:
(i)
assessment of temporary help employee during assignment; and
(ii)
assessment of temporary help employee and your company, after assignment
CLOSING DATES SCHEDULE:
ining copies of bid forms and special instructions which are available directly from the MERX site.
It is the responsibility of the Bidder to ensure that all addenda issued prior to bid closing have been obtained and addressed in the submitted bid.
To obtain bid documents phone MERX at 1(800)964-6379 or visit their web site www.merx.com referencing the solicitation number. Distribution Location: MERX
This procurement contains MANDATORY requirements. Failure to comply will result in rejection of your bid.
Standard terms and conditions for this procurement are incorporated by reference into, and form part of, the bid and contract documents. The standard documents are issued by Public Works and Government Services Canada and may be viewed at http://sacc.pwgsc.gc.ca/sacc/index-e.jsp. Firms intending to submit bids on this project should obtain bid documents through the MERX services provider. Firms that obtain bid documents from a source other than MERX run the risk of not receiving a complete package.
The Crown retains the right to negotiate with suppliers on any procurement. "This PWGSC office provides procurement services to the public in English." Sealed bids will be received in English or French at: Contracting Services, Public Works and Government Services Canada, Room 910, 410 22nd Street East, Saskatoon, Saskatchewan, S7K 5T6.
Closing Date:
May 22, 2013 at 2:00 PM
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.