SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Anonymous CRA internal fraud and misuse reporting lines

Solicitation number 1000318737/A

Publication date

Closing date and time 2015/01/21 14:00 EST

Last amendment date


    Description
    This bid solicitation cancels and supersedes previous bid solicitation number 1000318737 dated September 15, 2014 with a closing of October 29, 2014 at 2 pm. 
    
    The Bidder must complete and sign the front page (page 1) of the RFP and return it with their submitted proposal.  The Bidder’s complete legal name must be properly set out on the front page.
    
    DESCRIPTION OF REQUIREMENT
    
    THIS REQUIREMENT CONTAINS SECURITY REQUIREMENTS.
    
    Bidders must hold an approved facility clearance for Document Safeguarding at the Protected B level prior to contract award.  
    
    OVERVIEW
    
    The CRA requires the services of an independently managed anonymous toll-free hotline and an online (website) services that are available to approximately 40,000 CRA employees, 24 hours a day, 7 days a week, in support of its Internal Fraud Control Program.
    
    The Contractor must:
    -  Make the services available to CRA employees located across Canada including urban, rural and isolated locations;
    -  Ensure that all services are available in English or French as per the Sources and CRA Authorized Reviewer’s language of choice;
    -  Maintain all information gathered through the initiative in a secure location (physical and/or electronic) inside Canada at all times, ensuring that the data remains confidential and anonymous (NO cloud computing/storing);
    -  Ensure the anonymity of the Source at all times (the Contractor must not record the Sources name at any time, even if provided);
    -  Provide access to a maximum of six (6) CRA authorized reviewer profiles per year;
    -  Immediately alert the CRA authorized reviewers by automatic e-mail notification of the receipt of any newly submitted or updated allegation;
    -  Provide anonymous follow up capabilities: 
        -  Provide all Sources with a secure username and password, and an allegation number that will allow them to provide additional information on their allegation via online or phone; and 
        -  Ensure that the CRA authorized reviewers have the ability to communicate anonymously with the Source if additional information is required (i.e. CRA authorized reviewers can post a question under an allegation number and the Source can log in using the username and password provided to provide additional information).
    
    The facility layout must have a Reception Zone accessed directly from the Public Access Zone, where visitors wait for service of wait for permission to proceed to a more restricted area. At the boundary between Public-Access Zones and Restricted Zones and at the Public-Access side of the Reception Zone, the wall and ceiling must not permit access over the wall by simply lifting ceiling tiles. The ceiling on the public side is to be fixed or the wall to extend to the underside to the structure above.
    
    The Contractor must have the necessary equipment and services to destroy material and IT media at the Protected B level.
    
    The CRA follows the IT Security Risk Management: A Lifecycle Approach (ITSG-33).  The security requirements and controls set out below are derived from the ITSG-33.  The Contractor’s solution must meet all stated security controls as specified throughout the life of the Contract including any option period if exercised.  For additional details and guidance on each specified requirement, refer to Annex 3 - Security Control Catalogue (https://www.cse-cst.gc.ca/en/publication/itsg-33)
    
    
    MANDATORY CRITERIA
    
    Three of five mandatory criteria include the following:
    
    1. The Bidder must clearly provide a description of how the Bidder will manage all data input, processing, storage, accessing and electronic back-ups exclusively in Canada.
    
    2. The Bidder must demonstrate they have sufficient Information Technology (IT) systems capability and capacity to accommodate the CRA IT Security requirements as described in Annex A - Statement of Work.
    
    3. The Bidder’s must include a detailed description of two (2) distinct clients/customers which demonstrates that the Bidder has provided an anonymous reporting line services to organizations of a similar* size and scope to the CRA requirement.
    
    *An anonymous reporting lines service that is similar in size and scope to the CRA requirement described at Annex A-1: Business Requirements, is defined as a requirement that: 
    •	Is an organization of more than 10,000 employees;
    •	Has a national scope (i.e. accepts allegations across Canada); 
    •	Collects and processes allegations via phone, and online;
    •	Provides services in both English and French; and 
    •	Provides 24 hours/day, 7 days/week service.
    
    BASIS OF PAYMENT
    
    The Contractor will be paid a firm all-inclusive monthly rate for the services.  
    
    CONTRACT AND OPTIONS PERIODS
    
    	The period of the contract is from March 1, 2015 to March 31, 2017 inclusive, with three irrevocable options to extend the contract period for up to three additional years, to be exercised in 1-year increments. 
    
    CONTRACTOR SELECTION METHODOLOGY
    
    The Bidder must meet all mandatory criteria applicable to this solicitation.  Only the bids meeting the mandatory criteria will be evaluated and scored in accordance with the point rated evaluation criteria.  Any proposal that does not achieve the minimum score of 51 points out of 85 will be considered non-compliant and will receive no further consideration.
    
    To determine an overall score for each proposal, technical and price will each be given a rating value; in this case, 60% for technical and 40% for price, and then combined to derive a total combined rating.
    
    The Bidder recommended for award of the Contract will be the compliant Bidder achieving the highest combined rating.
    
    All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to:
    
    CONTRACTING Authority:
    
    Phuong Ly
    Supply/Business Analyst
    Contracting Division
    Canada Revenue Agency
    Tel. Number: (613) 957-3291
    Email Address:  Phuong.Ly@cra-arc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Canada Revenue Agency
    Address
    555 Mackenzie Avenue
    Ottawa, Ontario, K1A 0L5
    Canada
    Contracting authority
    Ly, Phuong
    Phone
    613-957-3291
    Fax
    613-957-6655
    Address
    250 Albert Street
    Ottawa, ON, K1A 0L5
    CA

    Buying organization(s)

    Organization
    Canada Revenue Agency
    Address
    555 Mackenzie Avenue
    Ottawa, Ontario, K1A 0L5
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    004
    English
    6
    004
    French
    2
    003
    English
    5
    003
    French
    1
    002
    English
    4
    002
    French
    0
    001
    English
    3
    001
    French
    1
    000
    English
    21
    000
    French
    2

    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
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: