Events Planning and Management

Solicitation number C1111-140462/A

Publication date

Closing date and time 2015/01/26 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    EVENTS MANAGEMENT SERVICES FOR CANADA DAY
    
    C1111-140462/a
    Buck, Daniel
    Telephone No. - (613) 998-8588
    Fax No. - (613) 991-5870
    E-mail: daniel.buck@pwgsc-tpsgc.gc.ca
    
    NATURE OF REQUIREMENT:
    Department of Canadian Heritage is seeking the services of a
    Contractor to develop, coordinate and execute the Canada Day
    2015 Noon and Evening Shows on Parliament Hill. This includes
    the artistic concept, the event production coordination of the
    artistic concept, the identification and hiring of artists
    (performers), the protocol and technical components as directed
    by PCH, as well as to seek a broadcaster for the evening show.
    The successful Contractor will be required to deliver a coherent
    and entertaining package that can be adapted to suit both the
    protocol nature of the Noon Show and the celebratory spirit of
    the Evening Show.
    
    The contract is from date of award to August 30, 2015. If the
    Contract is authorized for use beyond the initial period, The
    Contractor grants to Canada the irrevocable option to extend the
    term of the Contract by up to one (1) additional one (1) year
    period under the same conditions, from September 1, 2015 to
    August 30, 2016. 
    
    There is a security requirement associated with this
    requirement. For additional information, consult Part 6 -
    Security, Financial and Other Requirements, and Part 7 -
    Resulting Contract Clauses. Bidders should consult the "Security
    Requirements for PWGSC Bid Solicitations - Instructions for
    Bidders"
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents
    website
    
    As per the Integrity Provisions under section 01 of Standard
    Instructions 2003, bidders must provide a list of all owners
    and/or Directors and other associated information as required.
    Refer to section 4.21 of the Supply Manual for additional
    information on the Integrity Provisions.
    
    For services requirements, Bidders must provide the required
    information as detailed in article 2.3 of Part 2 of the bid
    solicitation, in order to comply with Treasury Board policies
    and directives on contracts awarded to former public servants.
    
    For services requirements, Bidders 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 bid solicitation.
    
    The requirement is limited to Canadian goods and/or services.
    
    There is a Federal Contractors Program (FCP) for employment
    equity requirement associated with this procurement; see Part 5
    - Certifications, Part 7 - Resulting Contract Clauses and the
    annex named Federal Contractors Program for Employment Equity -
    Certification.
    
    Mandatory Technical Criteria
    
    M.1	FINANCIAL PROPOSAL
    	
    M.1.1	The Bidder MUST submit a financial proposal with a firm
    price not less than $3,345,000.00 and not exceeding
    $3,558,000.00 (Goods and Services Tax or Harmonized Sales Tax
    extra, as appropriate) for the Contract period and the option
    period. The maximum amount includes travel expenses.
    
    M.2	EXPERIENCE OF THE FIRM
    
    The Bidder 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 Bidder must provide:
    
    1.	The number of years the firm has been in business; and
    2.	The number of years the firm has specialized in the provision
    of event management services; and
    3.	The physical address(es) of the firm's place(s) of business
    within Canada (including street address, city/town, and
    province/territory for each).
    
    M.3	EVENT MANAGEMENT PROJECTS
    
    M.3.1	The Bidder must provide a detailed description of three
    (3) event management projects. 
    
    The event management projects described must demonstrate the
    experience of the Bidder. Projects submitted where the work was
    performed by one (1) or more of the Bidder's resources on behalf
    of another firm will not be accepted.
    
    For each event:
    
    The event start date must have been after January 1, 2009;
    The event location - at least two (2) of the three (3) event
    management projects must have been in North America and one (1)
    of these two (2) events in North America must have been in the
    province of Ontario;
    The bidder's assigned portion of the overall budget must have
    been at least $1,000,000.00 (Canadian) (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 audience of 20,000 people must have been in attendance
    at one (1) time and in a single location - at least two (2) of
    the three (3) event management projects must have been outdoor,
    cultural events (e.g. concerts, festivals, variety shows);
    The Bidder must have been responsible for the hiring,
    coordination and management of artistic talent/performers to
    provide entertainment during the event;
    The Bidder must have been responsible for the adherence to all
    applicable laws and regulations as well obtaining all applicable
    rights and releases to provide all aspects of the event;
    The Bidder must have been responsible for the coordination and
    management of scheduled speakers/presenters;
    
    M.3.1.1	The Bidder 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;
    Description of the event;
    Event start date;
    Event location;
    Bidder'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 people in attendance at the identified location;
    Description of the requirements for the hiring, coordination,
    and management of artistic talent/performers; 
    Description of the requirement for the coordination and
    management of scheduled speakers/presenters;
    Description of the responsibilities of the bidder for the
    adherence to all applicable laws and regulations as well as
    obtaining all applicable rights and releases; and
    List of event s management services provided.
    
    M.3.1.2 The Bidder must have arranged for a host broadcaster for
    at least one (1) of the outdoor event management projects, for
    which the Bidder was also responsible for the stage concept; the
    resulting broadcast must have been live with an intended
    national or international audience.
    
    The Bidder must provide a description of the Bidder's
    responsibilities related to the arrangement of the host
    broadcaster, the development of the stage concept, and the
    resulting broadcast. The description must also identify the
    intended audience for the resulting broadcast.
    
    M.3.1.3	The Bidder 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 Bidder.  The letter
    of reference must indicate the client's satisfaction with the
    performance of the Bidder.
    
    M.4	PROJECT PLAN & REPORTING STRUCTURE
    
    M.4.1.	The Bidder must provide a document outlining the roles
    and responsibilities of all key team members proposed for the
    provision of the services and deliverables specified in the
    Annex A Statement of Work which must include the following:
    
    Event Production Company
    Producer
    Artistic Producer
    Project Manager
    Rights Clearance / Artist Union Liaison
    
    Artistic Management Team
    Artistic/Stage Director
    Stage Management Team
    Choreographer
    
    Creative Team
    Set Designer
    Lighting Designer
    Video Designer 
    Sound Designer
    
    Technical Team
    Production Manager
    Technical Director
    Floor Manager; and
    
    M.4.2. The Bidder must identify a clear reporting structure of
    the key team members described in M.4.1 in the form of a tree
    diagram and an indication of which roles key personnel will play
    in interacting with PCH. 
    	
    Financial Evaluation
    The price of the bid will be evaluated in Canadian dollars,
    Applicable Taxes extra, FOB destination, Canadian customs duties
    and excise taxes included.
    
    Basis of Selection
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive. The responsive bid with the lowest
    evaluated price within the specified budget will be recommended
    for award of a contract.
    
    
    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) 991-5870
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Canadian Heritage
    Address
    1030 Innes Road
    Ottawa, Ontario, K1B4S7
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    005
    French
    7
    005
    English
    12
    004
    French
    9
    004
    English
    13
    003
    French
    11
    003
    English
    16
    002
    French
    11
    002
    English
    13
    French
    15
    English
    21
    001
    French
    19
    001
    English
    24
    000
    French
    31
    000
    English
    53

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    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: