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) 

POINT OF SALE SOLUTION

Solicitation number 21120-164184/C

Publication date

Closing date and time 2018/07/17 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    This bid solicitation is a re-tender of the requirement described in bid solicitation number 21120-164184/A dated January 11, 2017 with a bid closing date of March 21, 2017 at 2:00pm, EST; this document replaces the previous version entirely. 
    
    This bid solicitation is being re-issued to adjust the solicitation to better reflect Canada’s operational requirements. Bidders submitting a proposal are advised that they must not rely on any information previously provided in the context of bid solicitation number 21120-164184/A dated 2017-01-11 with a bid closing date of 2017-03-21 at 14:00 EDT.
    
    Please Note: Interested suppliers are encouraged to attend the Bidders’ Conference and Site Visit, during which suppliers will be provided information and an opportunity to ask questions about the requirement and the procurement process. Attendance is optional, but recommended, to ensure suppliers will fully understand the proposed procurement. Bidders are also encouraged to submit any enquiries they may have in accordance with Section 2.4 - Enquiries - Bid Solicitation.
    
    Description of the Requirement
    
    This bid solicitation is being issued to satisfy the requirement of Correctional Service Canada (the "Client") for a centralized Point of Sale Solution (the "POS Solution"). The bid solicitation is intended to result in the award of a Contract for 1 year, plus 5 one-year irrevocable options allowing Canada to extend the term of the contract.
    The required POS Solution may be comprised of any combination of commercial-off-the-shelf software ("COTS"), Pre-Existing software or custom software required for the POS Solution to operate at all times in accordance with the Statement of Work in the Client's technical environment described in the bid solicitation. The POS Solution must include the Licensed Software, the custom software, a 12-month warranty, software maintenance and support, and Software Documentation. Training and professional services must also be provided, if requested. The first work under the resulting contract will be for the successful Bidder to develop and implement the custom software functionalities required for the POS Solution to operate at all times in accordance with the Statement of Work in the Client's technical environment described in the bid solicitation. 
    
    As software maintenance will be for the POS Solution as a whole, Canada requires a direct relationship with the software developer, to avoid internal solution incompatibility. Suppliers who will not themselves perform the custom software development must bid as a joint venture with the entity who will perform that work; a Bidder will not be permitted to subcontract this work. 
    
    Term of the Contract
    
    It is intended to result in the award of a Contract for 1 year, plus 5 one-year irrevocable options allowing Canada to extend the term of the Contract. 
    
    Trade Agreements
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA) if it is in force, and the Canadian Free Trade Agreement (CFTA).
    
    Security Requirements
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses.  For more information on personnel and organizational security screening or security clauses, Bidders should refer to the Industrial and Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    Federal Contractors Program
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement: see Part 5 - Certifications, Part 7 - Resulting Contract Clauses and the form titled “Federal Contractors Program for Employment Equity - Certification".
    
    Notice to Bidders: Supply Chain Security Information; Supply Chain Integrity ProcessThis bid solicitation contains a security requirement in relation to the supply chain of the Bidders to provide this information to Canada, see Section 3.6 of Part 3 - Bid Preparation Instructions for additional information on the integrity assessment of bidders’ supply chain security information.
    
    Notice to Bidders: National Security Exception (NSE) Notice
    Canada intends to invoke the national security exceptions provided for in the trade agreements to which Canada is a party, current and future, with respect to the Supply Chain Integrity Process of this procurement. The Supply Chain Integrity Process, described in Annex D - Supply Chain Integrity Process, includes all measures that will be used to assess the bidders and their solutions for security vulnerabilities during the solicitation process and continued obligations imposed during the resulting contract period. Upon invocation, all requirements and procedures of the Supply Chain Integrity Process portion of this procurement being excluded from all of the obligations of the trade agreements, for each and all purposes.
    
    Enquiries
    
    All enquiries and other communications related to this RFP should be directed to the Contracting Authority:
    
    Elizabeth Quenville
    Acquisitions Branch
    Public Works and Government Services Canada
    Les Terrasses de la Chaudière, 4th floor
    10 rue Wellington
    Gatineau, Québec K1A 0S5
    Telephone: 613-858-6142
    E-mail Address: elizabeth.quenville@tpsgc-pwgsc.gc.ca
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Quenville, Elizabeth
    Phone
    (613) 858-6142 ( )
    Email
    elizabeth.quenville@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    17
    004
    French
    9
    003
    English
    13
    003
    French
    4
    002
    English
    8
    002
    French
    2
    001
    English
    21
    001
    French
    5
    000
    English
    109
    000
    French
    23

    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)
    Procurement method
    Competitive – Open Bidding
    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: