SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

Drinking Water & WasteWater Data Management System

Status Awarded

Contract number 21120-24-4572674

Solicitation number 21120-24-4572674/B

Publication date

Contract award date

Contract value

CAD 195,772.50

    Description

    This contract was awarded to:

    Compliance 365 Inc.

    Drinking Water and Wastewater Data Management System

    This requirement is for: The Correctional Service of Canada (CSC) institutions Nation wide.

    Trade agreement:

    Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement
    (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement
    (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free
    Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and
    Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    Tendering procedures:

    All interested suppliers may submit a bid.

    Competitive Procurement Strategy:

    Lowest priced compliant bid

    Set-aside under the Procurement Strategy for Indigenous Business:

    This procurement is not subject to any set-asides for Aboriginal Suppliers.

    Comprehensive Land Claim Agreement:

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements:

    This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada must continuously monitor its drinking water and wastewater analytical
    results to ensure drinking water is safe for consumption and wastewater effluents meet all regulatory
    requirements. In order to effectively do so, CSC requires access to a web-based drinking water and
    wastewater data management system.

    Objectives:

    To provide a web-based data management system to record drinking water and wastewater data to enable
    its staff to effectively monitor the results from an Institutional, Regional, or National level. The Contractor
    must deliver the data management information service securely over the Web, requiring no information
    technology other than standard web browsers and internet access. The data system must not require CSC
    to purchase, install and maintain special servers, network hardware, or PC software. The Contractor must
    provide a data management system that CSC can use with its existing software and IT equipment. The
    Contractor must provide a complete and fully functional web-based data management system that meets
    all of CSC’s requirements.

    Deliverables:

    The drinking water and wastewater data management system must:

    1. Be the sole property of the hosted solution service provider.
    2. Be web-based so it can be accessed from any computer with internet access.
    3. Be fully functional in English and in French.
    4. Have all its required data storage and management hardware and software physically located within
    Canada.
    5. Be available and ready for configuration immediately upon Contract award with no development, or
    other start up delays, costs, or risks.
    6. Be able to perform a full data export and data back up for a 12-month time frame after contract end
    date.
    7. Allow the importation of existing data and integration of historical drinking water and wastewater
    laboratory and operational data.
    8. Contain at least three hierarchical levels of user accounts, as shown below:
    i. Level 1 - Administrator: this account level must give full data access including modification
    privileges to all data and the ability to create accounts;
    ii. Level 2 – User: this account level must give full data access and modification privileges to the
    data sets as assigned by the Administrator, and
    iii. Level 3 – Viewer: This account level must give viewing privileges of the data sets assigned by
    the Administrator.
    9. Have user accounts that are password protected. The password must be a minimum of 4 and a
    maximum of 15 alpha numeric characters.
    10. Generate unique sample identification codes for each sampling location. The users must be able to
    enter a sampling location description for each identification code.
    11. Generate automatic alerts (via email or text) to applicable users whenever a result is exceeding the
    prescribed maximum acceptable concentration or is missing.
    12. Allow users to customize the information contained in the alerts based on their preferences. As a
    minimum, the alert information must include: the name of the parameter, result, alert type, alert level,
    sample collection date and time, institution name, system name, sampling point name, sampling
    point comments, analysis/result comment, laboratory name, sample collector name, alert recipient
    names, related guideline or regulation and link to additional parameter information.
    13. Generate and deliver automatic alerts to the Level 1 - Administrator for undefined alerts. Such alert
    advises the Administrator that there is no alert level set for a certain parameter in the system.
    14. Provide a comment box, in response to alerts, to allow staff to enter text information related to the
    alert and close it upon satisfactory resolution.
    15. Contain templates for the creation of data report by hierarchy level (i.e., sample point, building, water
    source (raw, treatment, distribution), system, institution, and regional and national headquarters).
    The templates must also allow the grouping of data by, but not limited to, parameter (individual or
    groups), analysis method, alerts, time frame, tester and sample collector, sample comments,
    laboratory report number, name of the laboratory, etc.
    16. Contain drinking water quality and wastewater standards/guidelines for all provinces in addition to
    Health Canada’s “The Guidelines for Canadian Drinking Water Quality” most recent edition. This
    information must be kept up to date and incorporate any changes to the provincial and/or federal
    guidelines/regulatory limits.
    17. Contain an up-to-date index for all drinking water parameters with a Health Canada Maximum
    Allowable Concentration and conventional wastewater parameters. For each parameter, the index
    must include a description of the parameter, the current standards and guidelines and regulations,
    and details on potential health and environmental impacts. This reference information must be
    included as a hyperlink in all alerts issued.
    18. Allow users to create sampling schedules and track recurring and stand-alone sampling events with
    reminder email alerts.
    19. Contain templates for to help users to monitor the completion rate of planned sampling event.20. Contain electronic worksheets to allow data entry directly into the system and also worksheets that
    can be printed to record data in the field/site (temperature, flow, pH, etc.).
    21. Allow the production of custom sample bottle labels. The labels must include the department, region,
    type of sample (drinking water or wastewater), institution, sample point name, sampling point locator
    code and unique bar code.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of the Contract and Time Frame for Delivery:

    Period of the Contract: The Work is to be performed during the period of contract award to 3 year later
    with the option to renew for two (2) additional one-year periods.

    File Number: 21120-24-4572674

    Contracting Authority: Stéphanie Gigoux
    E-mail: stephanie.gigoux@csc-scc.gc.ca

    NOTE TO BIDDERS:

    Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation
    document and associated documents from the Canada buys / tender opportunities website.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process.
    Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of
    the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell
    goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
    -Overview of the federal government contracting process;
    -Searching for opportunities on the Buy and Sell - Tenders website;
    -Bidding on opportunities;
    -Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar
    (https://buyandsell.gc.ca/event-calendar)

    Business address

    156 Bullock Drive, Unit 2

    Markam, Ontario, L3P 1W2
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Lowest Price
    Region(s) of delivery
    Canada

    Contract duration

    The contract will be for a period of 36 month(s), from 2024/03/01 to 2027/02/28.

    Commodity - UNSPSC

    • 43232304 - Data base management system software

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Correctional Service Canada
    Address

    340 Laurier Avenue, West

    Ottawa, Ontario, K1A 0P9
    Canada
    Contracting authority
    Jason St-Onge
    Phone
    (506) 269-3765
    Email
    jason.st-onge@csc-scc.gc.ca
    Address

    340 Laurier Avenue, West

    Ottawa, Ontario, K1A 0P9
    Canada
    Date modified: