Printing Services
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 Standing Offer Value
$1,200,000.00 CAD excluding applicable taxes
2.0 Description
The Canadian Air Transport Security Authority (“CATSA”) has a requirement to establish up to six Standing Offers (up to three per stream), for printing services on an as and when required basis for a period of three years, in the following “Streams”:
- Stream A: Printing Services
- Stream B: Accessible Printing Services
as further described in Schedule “A” (Statement of Work).
Bidders are to submit one proposal only regardless of whether bidding for one or both Streams in response to this RFSO. Each Stream will be evaluated separately and independently, which may result in a bidder being awarded a Standing Offer for one or both Streams as described in Schedule “B” (Evaluation and Selection Process).
CATSA is a Crown corporation with headquarters in Ottawa and is responsible for the delivery of consistent, effective and efficient screening of passengers and non-passengers in designated airports.
For details see the RFSO.
3.0 Procurement Method
This RFSO establishes an Open Tendering up to six (6) non-exclusive Standing Offers.
4.0 Estimated Quantity of Goods and/or Services
During the term of the Standing Offer(s), CATSA may, subject to the availability of funding, purchase of Printing Services on an as and when required basis, via purchase orders issued under the Standing Offer(s).
By responding to the RFSO, 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 Standing Offer(s) 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 Standing Offer(s).
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 Standing Offer(s)
It is anticipated that the term of any resulting Standing Offer(s) will be for a term of three years.
6.0 Address for Submission of Questions and Proposals; 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.
Questions must be submitted to procurementcontract@catsa.gc.ca.
7.0 Mandatory Requirement applicable to Stream B only
The mandatory requirement is as follows:
M1. By submitting a response, the bidder confirms that it can provide tactile braille signage both official languages (English and French).
8.0 Rated Requirements
The RFSO contain details of the rated requirements.
9.0 Contractor Selection
All compliant Technical Offers will be evaluated against the rated requirements in the RFSO to establish a Technical Score.
Step 1:
Bidders’ proposals will be reviewed for compliance with the Mandatory Requirement. (Stream B only)
Step 2:
Compliant proposals will be evaluated against the Rated Requirements and up to the top five Technical Scores that are within a twenty percent (20%) range of the top Technical Score from this step will be shortlisted to proceed to the next step of the evaluation.
Step 3:
Financial Offers will be evaluated and assigned an “Evaluated Price” in accordance with Schedule “D” (Financial Offer Requirements and Evaluation).
Step 4:
CATSA intends to recommend up to three bidders from each Stream for award of a Standing Offer based on the following methodology.
Step 5:
Certifications and Additional Information – Stream A only
Forest Stewardship Council (FSC) Chain of Custody Certified
The bidder should provide a statement within its proposal certifying that the bidder has a Forest Stewardship Counsel (FSC) Chain of Custody Certification.
10.0 Allocation of Tasks
See RFSO for details of allocation of tasks.
11.0 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).
12.0 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.
13.0 Language
A French language version of the RFSO will be made available upon request.
Proposals may be submitted in either the English or French language.