Veterinary Health Products Web Application Development

Solicitation number 1000186664

Publication date

Closing date and time 2016/12/01 14:00 EST


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    SOLUTIONS-BASED INFORMATICS PROFESSIONAL SERVICES (SBIPS) METHOD OF SUPPLY

    GSIN: D302A INFORMATICS PROFESSIONAL SERVICES

    Solicitation Number:

    1000186664

    Organization Name:

    Health Canada

    Solicitation Date:

    2016-11-17

    Closing Date:

    2016-12-01 , 2:00 PM Eastern Standard Time EST

    Anticipated Start Date:

    2016-December 19th

    Contract Duration:

    The contract period will be for a seven (7) month period from the date of contract with an irrevocable option to extend it for up to three additional twelve (12) month periods.

    .Solicitation Method:

    Competitive

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    One (1)

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT, Chile, Columbia, Panama, Peru

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:

    Systems Integration.

    The following SA Holders have been invited to submit a proposal:

    Suppliers:

    2Keys Corporation

    A Hundred Answers Inc.

    Accenture Inc.

    ADGA Group Consultants Inc.

    AMITA Corporation

    Array Systems Computing Inc.

    CAE Inc.

    CGI Information Systems and Management Consultants Inc.

    Cistel Technology Inc.

    Compusult Limited

    Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.

    Coradix technology Consulting Ltd.

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Deloitte Inc.

    DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE

    Eclipsys Solutions Inc

    Emerion

    Ernst & Young LLP

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    General Dynamics Canada Limited

    General Dynamics Information Technology Canada Ltd.

    Hewlett-Packard (Canada) Co. Hewlett-Packard (Canada) Cie

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IBM Canada Ltd.

    iFathom Corporation

    IPSS INC.

    IT/Net - Ottawa Inc.

    KPMG LLP

    Manpower Services Canada Ltd.

    Maplesoft Consulting Inc.

    MDA Systems Ltd.

    Mindwire Systems Ltd.

    Modis Canada Inc

    Nortak Software Ltd.

    Oracle Canada ULC

    Pricewaterhouse Coopers LLP

    SAS Institute (Canada) Inc.

    Sierra Systems Group Inc.

    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC

    Tata Consultancy Services Canada Inc.

    TELUS Communications Company

    Thales Canada Inc.

    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada

    TRM Technologies Inc.

    Unisys Canada Inc.

    Description of Work:

    Introduction

    On June 30, 2016, the Minister of Health announced that the federal government would advance new regulations to help address the issue of antimicrobial resistance (AMR) in the veterinary drug context. One of the regulatory proposals will introduce an easier way to access low-risk veterinary health products (VHPs) online and requires the creation of a publicly available web application.

    Health Canada requires a Contractor to develop an end-to-end solution for this capability, which also aligns with the Government of Canada’s web renewal initiative and standards by August 1, 2017.

    Objective

    The Contractor must design, develop, and test a Web Application that allows sponsors to submit an application to add a substance and submit notification for access to market in compliance with the Regulations Amending the Food and Drug Regulations (Veterinary Drugs — Antimicrobial Resistance) and allow the public to report Adverse Drug Reactions associated with a Veterinary Health Product. Health Canada will host and manage the completed solution within its own secure environment.

    Security Requirement:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE # COMMON-PS-SRCL#9

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada.
    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed up to the level of PROTECTED B.
    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    5. The Contractor/Offeror must comply with the provisions of the:
      1. Security Requirements Check List and security guide (if applicable), attached at Annex C;
      2. Industrial Security Manual (Latest Edition).

    Contract Authority

    Name: Donna Pettit

    Phone Number: 613-698-3684

    Email Address: Donna.pettit@hc-sc.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: Solutions-Based Informatics Professional Services (SBIPS) Method of Supply is refreshed on a quarterly basis. If you wish to find out how you can be a "Qualified SA Holder", please contact RCNMDAI.NCRIMOS@tpsgc-pwgsc.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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Pettit, Donna
    Phone
    613-698-3684
    Address
    200 Eglantine Driveway, Tunney's Pasture
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Procurement method
    Competitive – Selective Tendering
    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: