SA-Printing Services
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: The bidder must supply Canadian goods and/or services Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: Yes Nature of Requirements:
THIS IS AN ONGOING REQUEST FOR SUPPLY ARRANGEMENTS (RFSA) FOR SUPPLY ARRANGEMENT # EN578-201407
This on-going opportunity for qualification permits new suppliers to submit arrangements and potentially become Supply Arrangement Holders for the provision of Printing Services.
Existing qualified Suppliers, who have been issued a supply arrangement, will not be required to submit a new arrangement.
Suppliers may submit an arrangement to the PWGSC Bid Receiving Unit at any time before the closing date of the RFSA to qualify for the Supply Arrangement. Any arrangement submitted in response to the ongoing RFSA will be evaluated according the evaluation criteria specified in the RFSA. Arrangements will be evaluated on a quarterly basis (March, June, September and December).
New fully compliant suppliers will be issued Supply Arrangements and their names will be added to the existing Supply Arrangement Holder lists on the condition that they meet all of the requirements of the Request for Supply Arrangements.
SA-Printing Services - EN578-201407/C MPACE(CW), MIACE
The Government of Canada requires the provision of a full range of printing services (including Commercial printing, business card printing, reprographics/duplicating, specialized security printing services [i.e. booklets, paper licenses, certificates, serialized single part forms, etc.. with security features]) and related services on an "as and when requested basis". The scope of the services covered by the Supply Arrangement is detailed in Annex A - Statement of Work.
Printing services refers to various printing methods including offset (sheet-fed and web), digital, business cards and other related printing services.
The Supply Arrangements will cover the following products:
Category 1 - Business cards Category 2 - Loose sheet products Category 3 - Bound publications Category 4 - Specialty single sheet products Category 5 - Other types of related printed products, binding and reproduction of CDs (of printed publications) Category 6 - Personalization of certificates and similar printed products (Variable Imaging) Category 7 - Reproduction of publications and other print matter on electronic media from supplied master documents Category 8 - Specialized Security Printing of Bound booklets produced with security features Category 9 - Specialized Security Printing of labels and single part flat forms produced with security features
Supply Arrangements will be divided into five (5) streams:
Stream A: Business Cards Stream B: Reprographics/Duplicating Stream C: Low Quantity Stream D: High Quantity Stream E: Specialized Security printing
Suppliers are required to indicate the regions and the streams for which they are submitting an arrangement.
The regions are:
Region 1 - Atlantic Region (Nova Scotia, New Brunswick, Prince Edward Island and Newfoundland and Labrador); Region 2 - Quebec Region (outside the National Capital Region [Gatineau/Ottawa]); Region 3 - National Capital Region (NCR); Region 4 - Ontario Region (outside the National Capital Region [Gatineau/Ottawa]); Region 5 - Western Region (Manitoba, Saskatchewan, Alberta, Northwest Territories and Nunavut); Region 6 - Pacific Region (British Columbia and Yukon territory).
Suppliers are required to submit their arrangement in response to the Stream or Streams of their choice. Arrangements will be evaluated in accordance with the mandatory technical criteria and Stream specific technical criteria for the stream(s) in response to which suppliers have submitted their arrangement.
Canada expects to authorize Supply Arrangements with all aboriginal and non-aboriginal suppliers that are deemed responsive to the RFSA.
All Supply Arrangements issued as result of this solicitation will be valid until such time as Canada no longer considers it to be advantageous to use it.
These services will be provided to the identified users as follows;
- Any government department, agency or Crown Corporation listed in Schedules I, I.1, II, III, of the Financial Administration Act, R.S.C., 1985, c. F-11.
- Communication Procurement Directorate (CPD) on behalf of any identified users.
- Any other identified users added to the Supply Arrangement through amendment.
Individual contracts awarded under the Supply Arrangement will not exceed $2,000,000.00 (including applicable taxes). For requirements valued at more than $2,000,000.00 including applicable taxes, the Request for Proposal will be posted on the Government Electronic Tendering Service (GETS).
Security Requirements:
There is no mandatory security requirement associated with qualifying as a Supplier under the Supply Arrangement for Stream A, Stream B, Stream C and Stream D.
Although there is no security requirement required to be a supplier under the Supply Arrangement for Stream A, Stream B, Stream C and Stream D, suppliers may be required to meet security requirement on subsequent RFP Request. For any contract requiring a security level, only Suppliers holding a valid security clearance at the required level will be considered.
Stream E: Only Suppliers holding a valid security clearance at Level 2 and/or Level 3 will be considered for this Stream.
Trade Agreement
The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA)
Canadian Content:
The goods and/or services covered by the Supply Arrangement will be solely limited to Canadian goods and/or services
Procurement Strategy for Aboriginal Business
The requirement covered by the bid solicitation of any resulting supply arrangement may be set aside for Aboriginal business under the federal government's Procurement Strategy for Aboriginal Business, as detailed in Annex 9.4 Requirements for the Set-aside Program for Aboriginal Business, of the Supply Manual.
Further to Article 800 of the CFTA, CFTA does not apply to the set aside portion of this procurement. CFTA does apply to the portion of the procurement not set aside under PSAB.
Comprehensive Land Claims Agreements
This procurement is subject to the Comprehensive Land Claims Agreements in Canada.
The Request for Supply Arrangements (RFSA) is to establish supply arrangements for the delivery of the requirement detailed in the RFSA to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs).
Evaluation Procedures
(a) Arrangements will be assessed in accordance with the entire requirement of the Request for Supply Arrangements including the technical evaluation criteria.
(b) An evaluation team composed of representatives of Canada will evaluate the arrangements.
Technical Evaluation
Each Stream (Stream A and/or Stream B and/or Stream C and/or Stream D and/or Stream E) will be evaluated separately.
Mandatory Technical Criteria Arrangements submitted by suppliers for each Stream must meet all the mandatory technical evaluation criteria. No further consideration will be given to arrangements not meeting all of the mandatory criteria.
Point Rated Technical Criteria Arrangements submitted by suppliers for each Stream must obtain the required overall minimum of 80% for the technical evaluation criteria, which are subject to point rating. Arrangements that do not obtain the minimum overall score will be considered non-responsive and will not be considered further.
- epost Connect service
This RFSA allows suppliers to use the epost Connect service provided by Canada Post Corporation to transmit their arrangement electronically. Suppliers must refer to Part 2 of the RFSA entitled Supplier Instructions and Part 3 of the RFSA entitled Arrangement Preparation Instructions for further information on using this method.
Delivery Date: 29/03/2021
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
Score Reasoning
This RFSA for printing and specialized security services (Streams C, D, and E) aligns perfectly with TOYMAK3RS' high-volume production for the Tooth Sleuth line (books/charts) and JELLYBEAN’s digital authentication expertise for security-sensitive documents. The $2,000,000 contract ceiling and Canadian-only requirement provide a significant competitive advantage for local, established studios.
Bid Angle
We will provide an integrated physical-digital solution: TOYMAK3RS will handle high-quality production of educational and security-bound publications, while JELLYBEAN provides secure variable imaging and digital anti-counterfeiting layers for Stream E.
Draft Bid
BID RESPONSE: SA-Printing Services
Supply Arrangement EN578-201407/C
Submitted by TOYMAK3RS / BOP Labs (Jellybean)
A note before proceeding:
After a thorough review of this RFSA, we are advising against submitting this bid. Here is why, stated plainly.
This is a printing services supply arrangement. The evaluation criteria — mandatory and point-rated — will assess offset press capabilities, digital print equipment, bindery operations, security printing certifications, and reprographics infrastructure. These are specialized industrial print operations. TOYMAK3RS is a toy design and manufacturing company. BOP Labs / Jellybean is a connected-product technology platform.
The 88/100 fit score assigned to this tender is not accurate. Here is the honest breakdown:
Why We Are Not Submitting This Bid
The Fit Problem
The scoring rationale cited "TOYMAK3RS' high-volume production for the Tooth Sleuth line (books/charts)" as evidence of printing capability. This conflates product design and manufacturing management with operating a print facility. TOYMAK3RS designs products and manages manufacturing partners — we do not own or operate printing presses, bindery equipment, or reprographics infrastructure. We cannot credibly represent ourselves as a printing services supplier to PWGSC.
Submitting a non-compliant arrangement to a federal supply arrangement — and misrepresenting our core capabilities in the process — would:
- Be evaluated as non-responsive and rejected at the mandatory criteria stage
- Risk damaging our standing with PWGSC for future procurements where we are genuinely competitive
- Constitute a misrepresentation to the Crown, which carries real legal and reputational consequences
The Jellybean angle — "digital anti-counterfeiting layers for Stream E" — also does not hold. Stream E requires Level 2 and/or Level 3 security clearances and specialized security printing equipment for serialized documents, booklets with physical security features, and tamper-evident materials. Jellybean is a QR-to-web engagement platform. These are fundamentally different capabilities.
What the RFSA Actually Requires
To be evaluated as responsive, a supplier submitting for the streams most relevant to this analysis (Streams C, D, and E) would need to demonstrate:
- Owned or contracted offset printing capability (sheet-fed and/or web press)
- Digital printing infrastructure with specified equipment documentation
- Bindery and finishing operations (perfect binding, saddle stitch, spiral, etc.)
- For Stream E specifically: Valid Government of Canada security clearance at Level 2 or Level 3, plus documented experience with security feature integration (holograms, serialization, watermarks, security paper stock handling)
- Canadian content compliance across all goods and services delivered
- Comprehensive Land Claims Agreement compliance for delivery across all six regions
None of these align with TOYMAK3RS or Jellybean's actual capabilities and certifications.
Where We Should Be Playing Instead
This analysis is not a dead end — it is a redirect. Here is where TOYMAK3RS and Jellybean are genuinely competitive in federal procurement:
TOYMAK3RS
- Federal educational products and materials: We have designed, manufactured, and brought to market educational product lines for children. Tooth Sleuth is in market, dentist-recommended, and has received coverage in the New York Times, Forbes, and Mashable. Any federal procurement related to children's health education, public awareness campaigns delivered through physical product, or branded educational kits is a legitimate target.
- Promotional and recognition products: Federal departments regularly procure branded merchandise, recognition awards, collectibles, and commemorative items. Our client roster — Crocs, Care Bears, Netflix, Adidas, Sony Music — demonstrates premium execution at scale. Our 3-5 month lead times versus the industry standard of 18-24 months are a genuine procurement advantage.
- Indigenous and community engagement products: Given our experience with culturally sensitive brand development and our Canadian-first supply chain, there are opportunities within PSAB-set-aside procurements for physical engagement products.
Jellybean / BOP Labs
- Connected government communications: Any department seeking to add measurable, trackable digital engagement to physical materials — without requiring app downloads or proprietary infrastructure — should be evaluating Jellybean. Our 55% average scan rate on consumer products is a documented proof point. The zero-friction QR-to-web architecture is directly applicable to government publications, public health materials, and citizen engagement campaigns.
- Post-purchase digital experience for federally distributed products: Wherever physical goods are distributed to Canadians with an education or engagement objective, Jellybean adds a measurable digital layer.
Our Recommendation
Do not submit to EN578-201407/C.
Instead, we recommend actively monitoring CanadaBuys for the following tender categories where TOYMAK3RS and Jellybean are genuinely the strongest Canadian option:
| Category | GSIN / UNSPSC Codes to Watch | Our Competitive Edge | |---|---|---| | Promotional & Recognition Products | 60-000-000 | Premium design, 3-5 month delivery, proven brand roster | | Educational Toys and Materials | 60-130-000 | In-market product (Tooth Sleuth), dentist-recommended | | Digital Citizen Engagement | 80-111-000 | Jellybean 55% scan rate, zero-friction, enterprise-proven | | Commemorative and Collectible Items | 60-130-000 | Blind box architecture, collectibles strategy, Spin Master experience | | Children's Health Awareness Products | 80-160-000 | Tooth Sleuth precedent, press coverage, retail validation |
Final Word
The most valuable thing we can offer any government procurement officer — or any internal team evaluating bid opportunities — is an honest read. Submitting inflated or mismatched bids is how companies end up on PWGSC's radar for the wrong reasons.
TOYMAK3RS is a Canadian company. We are genuinely competitive for federal procurement. This is not the right opportunity.
When the right tender comes through, we will respond with everything we have.
Bart Lipski, CEO — TOYMAK3RS Natalie Rebot, Chief Brand Officer & Co-founder — TOYMAK3RS / BOP Labs
Toronto, Canada