TBIPS

Solicitation number EN578-055605/H

Publication date

Closing date and time 2016/03/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    REQUEST FOR TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    SUPPLY ARRANGEMENTS
    
    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 Request for Supply Arrangement (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
    
    Bidders are reminded of the importance of reading the TBIPS bid
    solicitation document carefully before submitting a bid.
    
    SECURITY REQUIREMENT:
    
    Before issuance of an SA the Supplier must hold a valid
    Designated Organization Security (DOS) clearance granted by
    PWGSC CISD.
    
    
    REFRESH NOTICE:
    
    This is the refresh notice for the TBIPS Supply Arrangements. 
    
    The bid submission due dates for the TBIPS refreshes are as
    follows:
    
    Period 1 is 2015-11-06 14:00 EST
    Period 2 is 2016-02-05 14:00 EST
    Period 3 is 2016-03-30 14:00 EDT
    
    
    This RFSA will solicit:
    
    (1) new suppliers to become Suppliers for the Task Based Supply
    Arrangements under the TBIPS Method of Supply; and,
    
    (2) Suppliers who have a SA issued under RFSA EN578-055605/G to
    qualify for additional Categories, Tiers, regions and/or stream
    to be added to its Supply Arrangement.
    
    It is not mandatory for existing suppliers to submit a bid in
    response to this refresh.
    
    BACKGROUND:
    
    
    Existing Suppliers are not required to re-qualify for any
    Categories for which they already have an SA although they must
    otherwise comply with the requirements of the bid solicitation.
    
    
    REFRESH FOR TBIPS is posted on
    https://buyandsell.gc.ca/procurement-data/tenders under
    Solicitation Number EN578-055605/H. 
    
    
    REQUIREMENT:
    
    This solicitation is a Request for Bids to satisfy Canada's
    requirement for the provision of TBIPS to locations throughout
    Canada, excluding any locations in areas subject to any of the
    Comprehensive Land Claims Agreements.
    
    Each bid may result in a Supply Arrangement (SA).  
    
    This procurement vehicle includes seven Streams:
    
    Stream 1: Application Services 
    Stream 2: Geomatics Services
    Stream 3: IM/IT Services 
    Stream 4: Business Management Services
    Stream 5: Project Management Services
    Stream 6: Cyber Protection Services
    Stream 7: Telecommunications Services
    
    
    The Supply Arrangement will remain valid until January 09, 2017
    or until such time as Canada no longer considers them to be
    advantageous to use them. The period for awarding contracts
    under the Supply Arrangement begins on the start date of the
    Supply Arrangement.
    
    In as much as possible, PWGSC will issue a bid solicitation
    intended to replace the Supply Arrangements 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 (a "renewal bid solicitation") requires all
    bidders, including those who may have received instruments under
    the previous solicitation, to submit a bid in response to the
    renewal bid solicitation in order to continue to provide
    services under its resulting Supply Arrangements.
    
    
    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 Bidder must complete the Aboriginal Business
    certification contained in the Data Collection Component of the
    CPSS.
    
    By executing the certification, the Bidder 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 is to be considered as another Region:
    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: 
    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.
    	
    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 Identified User 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
    document published on Buy and sell.
    
    Suppliers will be required to submit a portion of their
    technical bid through the CPSS e-Portal Supplier Module.
    
    NOTE: As the CPSS e-Portal does not currently accommodate
    digital signatures, Bidders will also be required to submit
    documents in hard copy format through the Bid Receiving Unit.
    Instructions in the RFSA provide further details.
    
    
    INFORMATION REGARDING THE RFSA:
    
    Information regarding the RFSA can be obtained from:
    
    
    IMOS / MDAI
    PWGSC / TPSGC
    1-866-930-IMOS (4667)
    RCNMDAI.-NCRIMOS@tpsgc-pwgsc.gc.ca
    
    
    
    
    
    
    
    
    Delivery Date: 13/07/2015
    
    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
    Charette, Michèle
    Phone
    (819) 934-4667 ( )
    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
    017
    French
    4
    017
    English
    39
    016
    French
    3
    016
    English
    33
    015
    French
    2
    015
    English
    30
    014
    French
    9
    014
    English
    57
    013
    French
    5
    013
    English
    54
    012
    French
    4
    012
    English
    64
    011
    French
    7
    011
    English
    58
    010
    French
    10
    010
    English
    75
    009
    French
    6
    009
    English
    54
    009
    French
    8
    009
    English
    61
    008
    French
    11
    008
    English
    71
    006
    French
    9
    006
    English
    49
    007
    French
    11
    007
    English
    76
    006
    French
    13
    006
    English
    66
    005
    French
    12
    005
    English
    78
    004
    French
    12
    004
    English
    87
    003
    French
    14
    003
    English
    92
    002
    French
    17
    002
    English
    109
    001
    French
    14
    001
    English
    146
    000
    French
    34
    000
    English
    393

    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)
    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: