SBIPS (Solutions Based Informatics)

Solicitation number EN537-05IT01/J

Publication date

Closing date and time 2015/11/25 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    REQUEST FOR SUPPLY ARRANGEMENT (RFSA) FOR SOLUTION-BASED
    INFORMATICS PROFESSIONAL SERVICES (SBIPS) RE-COMPETITION
    EN537-05IT01/J
    
    IMPORTANT NOTICE TO SUPPLIERS:
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders is the sole authoritative source for
    Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    Suppliers interested in submitting an arrangement in response to
    this RFSA solicitation can access the RFSA documentation
    directly from this PWGSC Notice of Proposed Procurement (NPP)
    publication at: 
    https://buyandsell.gc.ca/procurement-data/tenders
    
    Suppliers are reminded of the importance of reading the SBIPS
    RFSA solicitation document carefully before submitting an
    arrangement.
    
    BACKGROUND:
    This document will serve as a re-competition of the RFSA in
    place for the provision of SBIPS to replace all SAs awarded
    under this procurement vehicle.  This SBIPS RFSA solicitation
    EN537-05IT01/J replaces SBIPS existing SA under EN537-05IT01/H. 
    
    REQUIREMENT:
    This solicitation is a RFSA to satisfy Canada's requirement for
    the provision of SBIPS to locations throughout Canada, excluding
    any locations in areas subject to any of the Comprehensive Land
    Claim Agreement.
    
    Each arrangement submitted may result in a SA.  
    
    This procurement vehicle includes eleven Streams:
    
    LIST STREAMS:
    Stream 1.	Business Transformation
    Stream 2.	ERP/ CRM
    Stream 3.	Electronic Services Delivery
    Stream 4.	Geospatial Informatics Services
    Stream 5.	Information Management/Business Intelligence
    Stream 6.	IT Systems Management
    Stream 7.	Legacy Support and Transition
    Stream 8.	Managed Services
    Stream 9.	Network Services
    Stream 10.	Security Management
    Stream 11.	Systems Integration
    
    This SA will remain valid for 18 months after the SA start date
    or until such time as Canada no longer considers them to be
    advantageous to use them. The period for awarding contracts
    under the SA begins on the start date of the SA.
    
    It is anticipated that the SBIPS procurement vehicle will
    incorporate a quarterly refresh schedule once the resulting SA
    are issued from this RFSA Re-Competition Solicitation.  This
    will allow new suppliers to become SBIPS SA Holders and to allow
    existing SBIPS SA Holders to qualify for additional Streams.
    
    PWGSC's intent is to issue a RFSA to replace the SAs for the
    Services on an annual basis, although PWGSC reserves the right
    to choose to proceed with a different procurement vehicle for
    the requirement if it considers such action appropriate. Each
    such re-competition requires all suppliers, including those who
    may have received instruments under the previous solicitation,
    to submit an arrangement in response to the RFSA Re-competition
    solicitation in order to continue to provide services under its
    resulting SAs. 
    
    SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS:
    Part of this procurement may be designated by one or more
    Identified Users as set-aside under the Federal Government's
    Procurement Strategy for Aboriginal Business (PSAB). In these
    specific cases, (i) the procurement is set aside from the
    international trade agreements under the provision each has for
    set-asides for small and minority businesses, and (ii) as per
    Article 1802 of the AIT, the AIT does not apply.
    
    In order to be considered as an Aboriginal Business under the
    PSAB, the Supplier must complete the Aboriginal Business
    certification contained in the Data Collection Component of the
    CPSS.
    
    By executing the certification, the Supplier warrants that it is
    an Aboriginal business as defined in the Set-aside Program for
    Aboriginal Business.
    
    LOCATION OF SERVICES:
    The document titled "Definitions of the National Zone, Regions
    and Metropolitan Areas" at the following link are incorporated
    by reference into any resulting SA, with the exception that the
    National Zone has been renamed to "Remote/Virtual Zone",
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/dznrrm-dnzrma-eng.ht
    ml
    
    The following Regions and Metropolitan areas may receive
    services under this supply arrangement where a supplier is
    qualified to do so:
    
    REGIONS: 
    Remote/Virtual Zone (formerly National Zone), Atlantic, Quebec,
    Ontario, Western, Pacific, National Capital.
    
    METROPOLITAN AREAS: 
    Halifax, Moncton, Montreal, Quebec City, Toronto, Calgary,
    Edmonton, Saskatoon, Winnipeg, Vancouver,  Victoria, National
    Capital Region.
    
    SECURITY REQUIREMENTS:
    Suppliers must hold a minimum of Designated Organization
    Screening (DOS) at the time of the SA issuance.
    
    OFFICIAL LANGUAGES:
    The services to be provided will be delivered in one or both of
    the two official languages of Canada according to the
    requirements of the Client and stipulated in a contract against
    the SA.
    
    CENTRALIZED PROFESSIONAL SERVICES SYSTEM (CPSS)
    All suppliers that want to bid will have to establish an account
    in the Supplier Module of the PWGSC Centralized Professional
    Services System (CPSS) e-Portal. Instructions on accessing the
    Supplier Module e-Portal application are specified in the RFSA
    solicitation document published on Buy and Sell.
    
    Suppliers will be required to submit a portion of their
    technical arrangement through the CPSS e-Portal Supplier Module.
    
    NOTE: As the CPSS e-Portal does not currently accommodate
    digital signatures, Suppliers will also be required to submit
    documents in hard copy format through the Bid Receiving Unit.
    Instructions in the RFSA solicitation provide further details.
    
    
    
    
    INFORMATION REGARDING THE RFSA:
    Information regarding the RFSA solicitation can be obtained from:
    
    IMOS / MDAI
    PWGSC / TPSGC
    1-866-930-IMOS (4667)
    RCNMDAI.-NCRIMOS@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.

    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-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
    - Bouliane, Manon
    Phone
    (819) 956-7437 ( )
    Fax
    (819) 956-7827
    Address
    11 Laurier St. / 11 rue Laurier
    Portage III 0A1 - 1
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    005
    English
    84
    005
    French
    11
    004
    English
    82
    004
    French
    5
    003
    English
    85
    003
    French
    3
    002
    English
    94
    002
    French
    9
    001
    English
    111
    001
    French
    11
    000
    English
    345
    000
    French
    39

    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 – 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: