Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Debt Management Call Centre (DMCC) Maintenance Services

Solicitation number 2B0KB-13-1330

Publication date

Closing date and time 2013/10/17 14:00 EDT

Last amendment date


    Description
    Solicitation No. 2B0KB-13-1330
    Description of Requirement
    Shared Services Canada (SSC) requires a Contractor to provide maintenance and support services, on existing equipment, at the following sites, using a Genesys solution for call centre management, on behalf of the Canada Revenue Agency (CRA), for the Debt Management Call Centre and laboratory site at the following locations:
    a)	Debt Management Call Centre (DMCC) (Production Environment) – 875 Heron Road that utilises an Avaya (Nortel) Meridian 1, Option 81C that has been upgraded to a CS1000M Multigroup Communication system; and
    b)	Laboratory Environment – Connaught Building, 555 Mackenzie Avenue that utilises an Avaya (Nortel) Meridian 1, Option 61C PBX System.
    
    The Contractor must:
    a)	Provide SSC with Avaya support under the Partner Assurance Support Services (PASS) program in accordance with the statement of requirements (SOR);
    b)	Upgrade the Laboratory Meridian 1 PBX system to release 7.5;
    c)	Provide maintenance services for Avaya CS1000M Communications System, Avaya Meridian 1 PBX System, Genesys Solution, related equipment, and associated voice communications cabling at the DMCC and laboratory;
    d)	Provide hardware and software maintenance including preventative maintenance, diagnostic and repair, and maintenance and service reporting; 
    e)	Provide technical support, on an as and when requested basis;
    f)	Perform Moves, Adds, and Changes (MACs), on an as and when requested basis;
    g)	Provide professional services, on an as and when requested basis;
    h)	Hardware and software upgrades, on an as and when requested basis; and 
    i)	Provide replacement parts, on an as and when requested basis. 
    
    The Contract will be for a period of two (2) years.
    
    The Contractor will also provide to SSC, four (4) irrevocable options to extend the period of the contract.  Each option for extension will be for an additional one (1) year period. 
    
    SSC also reserves the right to add, remove, or modify items in the contract resulting from a change to current legislation, policy or program requirements.
    The requirement is subject to a preference for Canadian goods and/or services.
    
    The Canada-Chile Free Trade Agreement (CCFTA) does not apply to this requirement.
    
    The Canada-Peru Trade Agreement (CPFTA) does not apply to this requirement.  
    
    NATIONAL SECURITY EXEMPTION (NSE)
    On May 28, 2012, the Government of Canada announced on the Government Electronic Tendering Service that it had invoked the NATIONAL SECURITY Exception under the trade agreements in respect of procurements related to email, networks, data centres and telephony requirements for SSC. As a result, this requirement is subject to the NATIONAL SECURITY Exception.
    
    CONTRACTOR SELECTION METHODOLOGY
    
    The evaluation of proposals will be performed in six (6) steps as follows:
    
    Step 1 – Evaluation against Mandatory Criteria
    Step 2 – Evaluation against Technical Criteria
    Step 3 – Evaluation of Financial Proposal
    Step 4 – Selection 
    Step 5 – Conditions Precedent to Contract Entry
    Step 6 – Contract Entry
    
    
    CONTRACTING OFFICER
    
    All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to:
    
    Andrea Totten
    Shared Services Canada
    Procurement and Vendor Relations
    555 Mackenzie Avenue, 2nd Floor
    Ottawa, Ontario  K1A 0L5
    
    Tel. Number: (613) 562-6245
    Fax Number: (613) 957-8511
    Email Address:  Andrea.Totten@ssc-spc.gc.ca
    
    Proposal documents and supporting information may be submitted in either English or French.
    
    Bids must be received on or before, September 26, 2013 at 2:00 pm EDT.
    
    SSC reserves the right to negotiate with suppliers on any procurement.
    
    ADDRESS FOR SUBMISSION OF BIDS
    
    For submission by mail, courier or drop-off:
    		
    	Attention Mike Catto
    Receiving Dock
    	555 Mackenzie Avenue
    	Ottawa, Ontario
    	K1A 0L5
    
    Telephone No:	(613) 562-6225

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    Totten, Andrea
    Phone
    613-562-6245
    Address
    555 Mackenzie Avenue
    Ottawa, ON, K1A 0C5
    CA

    Buying organization(s)

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN 57 2026/05/01
    EN 5 2026/05/01
    001 EN 26 2026/05/01
    001 EN 9 2026/05/01
    001 EN 22 2026/05/01
    001 FR 9 2026/05/01
    001 FR 12 2026/05/01
    FR 0 2026/05/01
    001 FR 0 2026/05/01
    001 FR 4 2026/05/01
    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)
    Region of opportunity
    Canada

    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: