SAP Ariba system maintenance

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

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

Document Scanning & Coding

Solicitation number 19217-180065/B

Publication date

Closing date and time 2019/10/29 14:00 EDT

Last amendment date


    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: No
    Nature of Requirements: 
    
    Trade Agreement: Canada Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: YES (PWGSC) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Department of Justice Document Scanning & Coding
    
    19217-180065/B
    Leblanc(cw), Marc-André
    
    Marc-Andre.Leblanc@pwgsc-tpsgc.gc.ca
    
    Summary
    A National Individual Standing Offer (NISO) for use by Justice Canada National Litigation Support Services across Canada will be issued for the Electronic Publishing Services of Justice Canada for litigation support to convert Hard Copy Records (HCR) and Electronically Stored Information (ESI) on an “as and when required” basis. Knowledge of Ringtail® litigation support software is an asset for this work.
    IMPORTANT NOTE TO INTERESTED SUPPLIERS
    
    There are multiple security requirements associated with this requirement.  At a minimum, ALL offerors will need to obtain at a Designated Organization Screening at the level of PROTECTED B to be issued a Standing Offer.
    
    Prior to issuance of Standing Offers, the following will be required of suppliers:
    
    1.  The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    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 CISD/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 at 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:
    
     (a)  Security Requirements Check List and security guide (if applicable), attached at Annex _____;
     (b)  Industrial Security Manual (Latest Edition)
    
    
    An additional work stream will exist for suppliers who are able to meet the following additional security requirements:
    
    1.  The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, with approved Document Safeguarding at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    2.  The Contractor/Offeror personnel requiring access to CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by the CISD/PWGSC.
    
    3.  The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store any sensitive CLASSIFIED information until CISD/PWGSC has issued written approval.  After approval has been granted, these tasks may be performed at the level of SECRET.
    
    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:
    
     (a)  Security Requirements Check List and security guide (if applicable), attached at Annex ______;
     (b)  Industrial Security Manual (Latest Edition).
    
    Suppliers who are interested in this requirement but who do not hold the required security clearances may use the following link to obtain instructions on how to obtain them: http://www.tpsgc-pwgsc.gc.ca/esc-src/enquete-screening-eng.html
    
    Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003.
    
    The requirement is limited to Canadian goods and/or services.
    
    The requirement is subject to the provisions of the Canada Free Trade Agreement (CFTA).
    
    This procurement is not subject to all Comprehensive Land Claims Agreements (CLCA) and as such any resultant standing offer may not be used for delivery requirements to locations within the CLCA areas.
    BIDDERS ARE RESPONSIBLE TO ENTER THEIR PRICES ON THE MS EXCEL SPREADSHEET
    SUPPLIED TO THEM AND RETURN IT VIA USB KEY ALONG WITH A PRINT OUT OF THE
    COMPLETED ANNEX B FINANCIAL PROPOSAL WITH THEIR PROPOSAL
    OFFERORS MUST SUBMIT THEIR REQUEST FOR THE QUALITY ASSURANCE TEST SETS IN
    WRITING TO THE STANDING OFFER AUTHORITY IDENTIFIED ON PAGE 1 OF THIS RFSO.
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Leblanc, Marc-André
    Phone
    (873) 354-5948 ( )
    Email
    TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Department of Justice Canada
    Address
    284 Wellington Street
    Ottawa, Ontario, K1A0H8
    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
    007
    English
    14
    007
    French
    3
    006
    English
    10
    English
    4
    005
    English
    10
    French
    4
    005
    French
    0
    006
    French
    1
    004
    English
    8
    004
    French
    3
    003
    English
    17
    003
    French
    4
    002
    English
    18
    002
    French
    5
    001
    English
    18
    001
    French
    5
    000
    English
    125
    English
    21
    French
    22
    000
    French
    9

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: