Provision of Direction Control and Communication Products
Notice of Proposed Procurement constituting (i) a Notice of Intended Procurement and Summary Notice under CETA/Canada-UK TCA, and (ii) a Tender Notice under the CFTA
1.0 Introduction
The Canadian Air Transport Security Authority (“CATSA”) is a Crown corporation with headquarters at 99 Bank Street, Ottawa, Ontario, Canada, K1P 6B9. CATSA is responsible for the delivery of consistent, effective and efficient screening of passengers and non-passengers in designated airports. Further information about CATSA can be obtained at www.catsa.gc.ca.
1.1. Estimated Contract Value
$1,875,000.00 CAD excluding applicable taxes
2.0 Description
The Canadian Air Transport Security Authority (“CATSA”) has a requirement for the supply and delivery of Direction Control and Communication Products and related accessories, as and when requested, for a period of approximately five years, with one optional period of five years as further described in Schedule “A” (Statement of Work).
For details see the RFP.
3.0 Procurement Method
This RFP establishes an Open Tendering process to enter into a non-exclusive Contract.
4.0 Estimated Quantity of Goods/Services
During the term of the Contract, CATSA may, subject to the availability of funding, purchase of Direction Control and Communication Products on an as and when required basis, via purchase orders issued under the Contract.
By responding to the RFP, bidders acknowledge that: (i) the foregoing are estimates only and are subject to change, in CATSA’s sole and absolute discretion, at any time, up to and including any time after any resulting Contract is entered into; and (ii) CATSA cannot commit to purchase any quantity of goods/services until a purchase order is issued in accordance with any resulting Contract.
These estimated requirements are for informational purposes only and do not represent a commitment by CATSA to buy all or any quantities.
5.0 Term of Resulting Contract
It is anticipated that the term of any resulting Contract will be for an initial term of five (5) years, renewable for an additional period of five (5) years at CATSA’s sole option.
As this is anticipated to be a recurring Contract, it is CATSA’s intention to issue a notice of intended procurement in respect of a new RFP prior to the expiry of the term of the resulting Contract.
6.0 Address for Submission of Questions and Proposals/Responses; Question Acceptance Deadline and Closing Date
The question acceptance deadline and the closing date are set out in the “Dates” section above. CATSA may extend either or both of such dates.
Questions and proposals/responses must be submitted through the MERX Electronic Bid Submission system at www.MERX.com.
7.0 Mandatory Requirements
Bidders proposing Equivalent Substitute(s) must submit a sample each proposed Good listed below for CATSA’s inspection:
-
-
-
-
- Stanchion with Red Retractable Ribbon;
- Large Free Standing Frame;
- Small Stanchion Topper Frame; and
- Hinged Frame Panel.
The Stanchion with Retractable Ribbon sample is not required to have CATSA branding (e.g. CATSA printed ribbon). The ribbon must be red in colour.
If it is deemed by CATSA that any of the samples are non-conforming, then the bidder’s proposal will be considered non-compliant and will be rejected.
Samples must be submitted by the Deadline for Submission of Samples at the Sample Delivery Address indicated on page 1 of this RFP. Bidders assume full costs, including delivery costs, associated with submission of the sample. Samples should be labeled with bidder’s name and reference Solicitation No. RFP24-2001. Samples will not be returned.
Samples will be evaluated to confirm they meet the Equivalent Substitute criteria listed in Section 4 (Equivalent Substitute) of Schedule “A-1” (Drawings and Specifications) by:
- Connecting a range of the sample Goods to the Incumbent Goods in different configurations in a mock checkpoint set-up;
- Visually inspecting the set-up to confirm the sample Goods are not noticeably different in appearance from the Incumbent Goods;
- Walking through as a passenger would with luggage to test the robustness and sturdiness of the sample Goods;
- Repeatedly connecting and disconnecting the sample Goods to the Incumbent Goods to confirm interconnectivity.
Bidders proposing Incumbent Goods are not required to submit samples and this Mandatory Requirements M1 is not applicable.
Equivalent Substitute. “Equivalent Substitute” means the Goods:
- meet the specifications listed below in Section 8 (Drawings and Specifications). Minor variations in dimensions and weight may be considered in CATSA’s sole and absolute discretion, subject to the other criteria being met;
- are capable of interconnectivity with the connection mechanisms of the Incumbent Goods;
- are compatible with the full range Incumbent Goods currently deployed, e.g. the Goods are as robust and sturdy as the Incumbent Goods and will not easily be knocked over; the Goods can be seamlessly and securely connected with the Incumbent Goods in a variety of configurations; they can be easily interchanged or removed from the Incumbent Goods;
- are not noticeably different in appearance from the Incumbent Goods, e.g. stanchions have a satin finish, stanchion ribbon colour matches and blends with the Incumbent Goods ribbon colour such that a passenger would be unlikely to distinguish between the Incumbent Good and the Goods; and
- meet all of the above criteria without modification or enhancement by CATSA being required. See Section 7 (Inspection of Sample Goods), below.
8.0 Rated Requirements
The RFP contains details of the rated requirements.
9.0 Contractor Selection
Step 1: Confirmation of Compliance to the Mandatory Requirements
Technical Offers will be reviewed for compliance with the Mandatory Requirements described in Schedule “C” (Technical Offer Requirements and Evaluation) of the RFP to confirm that the information, statements and supporting material in the bidder’s Technical Offer substantiate a compliant response. Mandatory Requirements will be confirmed on a simple pass or fail basis.
If a proposal fails to satisfy any of the Mandatory Requirements, CATSA will issue the bidder a rectification notice identifying the deficiencies and providing the bidder an opportunity to rectify the deficiencies. If the bidder fails to satisfy the Mandatory Requirements within the Rectification Period, its proposal will be rejected and will receive no further consideration. The Rectification Period will begin to run from the date and time that CATSA issues a rectification notice to the bidder. The Mandatory Requirements are set out in Schedule “C” (Technical Offer Requirements and Evaluation).
Step 2: Evaluation of Rated Requirements (75 Points)
Technical Offers will be evaluated against the Rated Requirements, as outlined in Schedule “C” (Technical Offer Requirements and Evaluation). Technical Offers will be assigned a score for each rated requirement to establish a Step 2 “Technical Score”. The maximum Technical Score is seventy-five (75) points.
At the end of this Step 2 (Evaluation of Rated Requirements), CATSA will establish a shortlist of up to the top three bidders with the highest total Technical Scores that are within a twenty percent (20%) range of the highest Technical Score. Only the bidders meeting these criteria will be eligible to proceed to the next step of the evaluation and selection process.
As a result, only the top three ranked bidders (Bidders A, C and D) will be shortlisted and proceed to the next step. Although Bidders E and F are within the twenty percent (20%) range they are not eligible to be given further consideration since they are the fourth and fifth ranked bidders.
Step 3: Evaluation of Financial Offer
Financial Offers will be evaluated and assigned an “Evaluated Price” in accordance with Schedule “D”, (Financial Offer Requirements and Evaluation).
Step 4: Recommendation of Award
CATSA intends to recommend a bidder for award of a contract based on the following methodology.
The proposal with the lowest Evaluated Price Per Point will be recommended for award of a contract, without limitation to any other provision in this RFP, including but not limited to Section 11 (CATSA’s Reserved Rights).
10.0 Trade Agreement
This procurement is subject to:
Chapter Nineteen (Government Procurement) of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA);
- The Canada-United Kingdom Trade Continuity Agreement; and
- Chapter Five (Government Procurement) of the Canadian Free Trade Agreement (CFTA).
11.0 Use of MERX
CATSA will only use MERX as its web-based forum to post solicitations. As such, the attached procurement document has only been posted on MERX, and all related documents, notices, addendums, and questions and responses thereto will only be posted on MERX.
See MERX at http://www.merx.com for details respecting how to access the solicitation documents and any costs related thereto.
CATSA does not authorize, or make any representations or warranties in respect of, any postings relating to its procurements found on any other web-based forum.
12.0 Language
Proposals may be submitted in either the English or French language