SET-ASIDE UNDER THE PROCUREMENT STRATEGY FOR INDIGENOUS BUSINESS (PSIB)
This procurement is set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business see Annex 9.4 of the Supply Manual.
This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.
Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.
DESCRIPTION OF REQUIREMENT
The Canada Revenue Agency (CRA) has an ongoing requirement for office chairs to be supplied and delivered on an as needed basis. The delivery of office chairs is required to both Canada CRA commercial office locations and residential locations to flexibility in employee work arrangements. The objective of this requirement is for the provision of office chairs and related services on an as and when requested basis, including the following:
a. Supply, delivery and installation of office chairs including task chairs, boardroom chairs and guest chairs;
b. CRA on-site training on the use of task chairs;
c. Provision and maintenance of chair specification documents;
d. Submission of scheduled and ad hoc reports;
e. A chair demonstration program;
f. After-sales services such as warranty and repairs;
g. The use of CRA’s e-procurement solution (Synergy 2.0) for ordering, invoicing and payment.
CHAIR TYPES
The following types of chairs must be supplied and meet technical requirements in Annex A and Annex A-1.
a. Task chairs (8 hour workday use):
i. Office Task Chair – Medium: At least one task chair designed to meet the foreseeable needs of most users in the CRA employee population;
ii. Office Task Chair – Small: At least one task chair suitable for CRA employees of smaller stature; and
iii. Office Task Chair – Plus Size: At least one task chair suitable for CRA employees who use the category of “large occupant/heavy-duty” seating.
b. Adjustable boardroom/meeting room chairs (intermittent short-term use):
i. Boardroom Chair A: One boardroom chair – Adjustable with high back; and
ii. Boardroom Chair B: One boardroom chair – Basic with mid back
c. Guest chairs:
i. One guest chair with armrests and casters
It is the CRA’s intention to award one contract to fulfill the requirement.
The period of the contract will be for two years with five options to extend the period by one year each.
The CRA will include a minimum spend commitment of $500,000.00 (all applicable taxes included) Canadian over the entire period of the resulting contract, which includes any exercised option periods, including any extension period thereof.
ADDITIONAL INFORMATION: Please refer to the solicitation documents for further information.
E-PROCUREMENT SOLUTION
(i) CRA e-Procurement Solution
The CRA’s e-procurement solution for ordering, receiving and reconciling goods and services is an SAP Ariba tool which has been branded internally as Synergy 2.0. Synergy 2.0 will be used to place orders under any resulting contract.
The highest-ranked responsive Bidder must be a member of the Ariba Network (AN) prior to contract award, and maintain membership in the AN throughout the period of any resulting Contract, including any exercised option periods. All costs associated with this membership shall be borne by the Bidder.
(ii) Government of Canada e-Procurement Solution (EPS)
Canada is currently developing a government-wide EPS for ordering of goods and services. In support of the anticipated transition to this solution and how it may impact any resulting contract that is issued under this solicitation, refer to Part 7, article 7.3.2 of the Model Contract, Transition to Government of Canada e-Procurement Solution (EPS).
The Government of Canada’s press release provides additional information.
APPLICABLE TRADE AGREEMENTS
This procurement is exempt from trade agreements.
CONTRACTING AUTHORITY
All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to:
Christina Eryuzlu
Email Address: Christina.Eryuzlu@cra-arc.gc.ca
TO SUBMIT A BID:
Proposal documents and supporting information may be submitted in either English or French.
Bids must be submitted by using the Connect service provided by the Canada Post Corporation.
At least six business days prior to the solicitation closing date and time, the Bidder must send a request to the Bid Receiving Unit at the email address below requesting that CRA open a Connect conversation. Also refer to Appendix 4: Standard Instructions - Goods or Services - Competitive Requirements.
Canada Revenue Agency
Bid Receiving Unit
BRUg@cra-arc.gc.ca
Bids will not be accepted if emailed directly to this email address.
Once the Connect conversation has been opened, the Bidder can submit their bid though the Connect conversation.
Bidders must not use their own licensing agreement for Connect to initiate a Connect conversation with CRA.
Bidders are hereby advised that the Bid Receiving Unit of CRA is available Monday to Friday inclusive, between the hours of 0830 and 1500 (User note: use one of the following) EST or EDT excluding those days that the federal government observes as a holiday.
Due to the nature of this solicitation, electronic transmissions of a proposal by facsimile is not considered to be practical and therefore will not be accepted.
The CRA reserves the right to negotiate with suppliers on any procurement.