EVENT MANAGEMENT SERVICES

Solicitation number EN578-133309/C

Publication date

Closing date and time 2013/10/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    EVENT MANAGEMENT SERVICES
    
    EN578-133309/A
    Buck, Daniel
    Telephone No. - (613) 998-8588
    Fax No. - (613) 993-2581
    
    
    NATURE OF REQUIREMENT:
    
    The Government of Canada requires the provision of a full range
    of events management services, for events which may include, but
    are not limited to meetings, conferences, workshops, summits,
    consultations, round tables, award ceremonies, galas and opening
    ceremonies on an "as and when requested basis".  The scope of
    the services covered by the Supply Arrangements are detailed in
    Annex "A" - Statement of Work.
    
    These services will be provided to any Government of Canada
    department, agency or Crown Corporation listed in Schedules I,
    I.1, II, III, of the Financial Administration Act, R.S., 1985,
    c. F-11.  
    
    Individual contracts awarded under the Supply Arrangement cannot
    be under $25,000 nor can they exceed $400,000.00, excluding
    applicable taxes. For requirements valued at more than $400,000
    excluding applicable taxes, the Request for Proposal will be
    posted on buyandsell.gc.ca.
    
    The period for awarding contracts under the Supply Arrangements
    is from issuance to July 31, 2015.  If the Supply Arrangement is
    authorized for use beyond the initial period, the Supplier
    offers to extend its arrangement for two (2) additional one (1)
    year periods, from August 1, 2015 to July 31, 2016 and from
    August 1, 2016 to July 31, 2017.  A Notice will be posted once a
    year on buyandsell.gc.ca to allow new suppliers to become
    qualified.  Existing qualified suppliers, who have been issued a
    Supply Arrangement, will not be required to submit a new
    arrangement. 
    
    Suppliers must provide a  list of names , or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2008.
    
    A portion of this procurement has been set aside under the
    federal government´s Procurement Strategy for Aboriginal
    Business (PSAB), as detailed in Annex 9.4 of the Supply Manual
    entitled "Requirements for the Set-aside Program for Aboriginal
    Business".  This RFSA is also being used to establish National
    Master Standing Offers (NMSOs) with Aboriginal firms as defined
    under the Set-Aside Program for Aboriginal Business (SPAB).  
    
    Further to Article 1802 of the Agreement on Internal Trade
    (AIT), AIT does not apply to the portion of this procurement set
    aside under the federal government's PSAB.
    
    For services requirements, Suppliers in receipt of a pension or
    a lump sum payment must provide the required information as
    detailed in article 3 of Part 2 of the Request for Supply
    Arrangements (RFSA).
    
    The requirement is limited to Canadian goods and/or services.
    
    
    PERIOD OF SUPPLY ARRANGEMENT:
    
    The period for making call-ups against the Standing Offer is
    from date of Standing Offer award to July 31, 2015.
    
    MANDATORY REQUIREMENTS:
    
    M.1	EXPERIENCE OF THE FIRM
    
    The Supplier must have: 
    
    * Been in business for a minimum of five (5) years, including a
    minimum of three (3) years specializing in the provision of
    event management services; and
    * A physical place of business within Canada.
    
    The Supplier must provide:
    
    (i)   The number of years the firm has been in business;
    (ii)  The number of years the firm has specialized in the
    provision of event management services; and
    (iii) The physical address(es) of the firm's places of business
    within Canada (including street address, city/town,
    province/territory and postal code for each).
    
    M.2	EVENT MANAGEMENT PROJECTS
    
    The Supplier must provide three (3) event management projects.
    The event management projects proposed must demonstrate the
    experience of the Supplier. Projects submitted where the work
    was performed by one (1) or more of the Supplier's resources on
    behalf of another supplier will not be accepted.
    
    For each event:
    
    * The event start date must have been after July 1, 2008;
    
    * The event location must have been within North America;
    
    * The firm's assigned portion of the overall budget must have
    been at least $200,000 (including professional fees, direct
    expenses, sub-contracted expenses, travel and living expenses,
    and any other project-related revenues, as applicable, but
    excluding applicable taxes);
    
    * A minimum of 50 participants with varied profiles must have
    attended the event. A "Participant" is defined as including, but
    not restricted to, a potential audience, actual delegate,
    speaker/presenter, moderator, session chair, or member of a
    client group.  "Varied" is defined as including three (3) or
    more of the following profiles - general public, senior
    citizens, youth, senior executives, parliamentary officials,
    VIPs, military officials, etc. - within one (1) event; 
    
    * One (1) or more of the firm's resources must have been on-site
    for three (3) days or more.  "On-site" is defined as at the
    event location(s) and/or traveling with the event participants;
    and
    
    * The provision of all of the following event management
    services must have been required:  accommodations, registration,
    hospitality, and transportation.
    
    The Supplier must provide the following information for each of
    the three (3) event management project samples submitted:
    Name of the project/event;
    Client (Department/firm, etc);
    Client contact (Name, telephone number, e-mail address);
    Description of the event;
    Event start date; (Day, Month, Year)
    Event location;
    Supplier's assigned portion of the overall budget (including
    professional fees, direct expenses, sub-contracted expenses,
    travel and living expenses, and any other project-related
    revenues, as applicable, but excluding applicable taxes);
    Number of delegates in attendance;
    Profile of delegates in attendance [ie. the sector (private,
    public or military), ranks or positions, and country(ies) of
    origin of the delegates];
    Number of days one or more of the firm's resource(s) was/were
    on-site; and
    List of events management services provided.
    
    The Supplier must provide a letter of reference for each event
    management project sample submitted.  Each letter of reference
    must be from the client for the event management project sample
    and must be addressed to the Supplier.  The letter of reference
    must indicate the client's satisfaction with the performance of
    the Supplier.
    
    M.3	LANGUAGE
    
    The Supplier must confirm that its firm is capable of providing
    services in both official languages (English and French).  As
    such, the Supplier must include a duly signed and dated copy of
    the following Certification in the Technical Proposal portion of
    the Arrangement submission.
    
    M.4	ENVIRONMENTAL CONSIDERATIONS
    
    The Supplier must provide the following:
    
    * A company-wide environmental statement and mission (including
    environmental measures undertaken in office operations);
    * An action plan for energy sourcing (measures taken to improve
    energy efficiency, intended use of alternative fuel/power
    sources if the Supplier's premises is owned);
    * An action plan for materials/equipment sourcing (intended use
    of recycled or reused products, waste management strategy); and
    * An action plan for transportation logistics (minimization of
    travel, use of green hotels).
    
    The Supplier must also provide a listing of environmental
    attributes for its firm.  This listing will form part of any
    resulting Supply Arrangement (as per Appendix 1 - List of
    Environmental Attributes).
    
    
    ARRANGEMENTS NOT MEETING ALL OF THE MANDATORY REQUIREMENTS WILL
    BE GIVEN NO FURTHER CONSIDERATION
    
    
    2.	Basis of Selection - Supply Arrangement
    
    An Arrangement must comply with the requirement of the Request
    for Supply Arrangements and meet all mandatory technical
    evaluation criteria to be declared responsive. 
    
    All fully responsive suppliers and all fully responsive
    Aboriginal suppliers will be recommended for Supply Arrangement
    authorization. 
    
    PWGSC anticipates authorizing Supply Arrangements with all
    qualified suppliers and all qualified Aboriginal suppliers. Two
    (2) lists of qualified suppliers (one(1) for Non-Aboriginal and
    Aboriginal firms, and one (1) solely for Aboriginal firms) will
    be established for the provision of event management services.  
    
    A separate list will be created for Aboriginal suppliers under
    the Set-Aside Program for Aboriginal Business.
    
    If only one fully responsive arrangement is received for either
    list, that supply arrangement will be deferred until which time
    one or more additional fully responsive arrangements are
    received under the list, further to a refresh process.
    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.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Buck(CX Div.), Daniel
    Phone
    (613) 998-8588 ( )
    Fax
    (613) 993-2581
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information 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 from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: