CCTV

Solicitation number E60HN-17CCTV/A

Publication date

Closing date and time 2017/05/23 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Request for Information (RFI) 
    Closed-Circuit Television Equipment Standing Offer (CCTV SO)
    Public Service and Procurement Canada (PSPC) 
    2017
    
    PART 1 - Purpose and Nature of the Request for Information (RFI)  
    
    1.1 Purpose of the RFI
    1.2 Natureof the RFI 
    
    PART 2 - Instructions to Respondents 
    
    2.1 Format of Responses 
    2.2 Submission of Responses
    2.3 RFI Authority 
    2.4 Enquiries 
    2.5 Official Languages 
    2.6 Response Confidentiality 
    
    PART 3 - Questions 
    
    3.1 Questions for Industry 
    
    PART 1 - Purpose and Nature of the Request for Information (RFI)  
    
    1.1 Purpose of the RFI
    The Department of Public Service and Procurement Canada (PSPC) is launching a Request for Information (RFI) in order to seek information and feedback fromsuppliers and the industry with regard to the Stan
    ding Offer for Closed-Circuit Television Equipment (CCTV) as described herein. The Standing Offer is used as a method of supply for products categorized under Goods and Services Identification Numbers (GSINs) N5820D. 
    
    The information/feedback collected from this RFI may be used to improve the 
    process for all parties involved. 
    
    1.2 Nature of the RFI 
    It is important to note that this is not a bid solicitation. This RFI will not result in the issuance of any Standing Offer. As a result, potential suppliers of any goods or services described in this RFI should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this RFI. The RFI will not result i
    n the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI, this will not preclude that supplier from participating in any future procurement. 
    
    Nothing in this RFI will be construed as a commitment from PSPC to is
    sue a solicitation for this project. PSPC may use non-proprietary information provided in this review and/or in the preparation of any formal solicitation document. 
    
    PSPC will not be bound by anything stated herein and reserves the right to
     change at any time, any or all parts of the requirement, as it deems necessary. PSPC also reserves the right to revise its procurement approach, as it considers appropriate, either based upon information submitted in response to this RFI or for any other reason it deems appropriate. 
    
    PART 2 - Instructions to Respondents
    
    2.1 Format of Responses
    For ease of use and in order to gain the greatest value from the responses, Canada requests Respondents to follow the structure as detailed herein. There is no page limit on the information to be provided. Respondents are requested to: 
    
    1)  Answer the questions at Part 3, Section 3.1. 
    
    Canada reserves the right to seek clarifications from a Respondent for any information provided in response to this RFI, either by telephone, in writing or in person.
    
    2.2  Submission of Responses 
    Responses are not considered bids but, for expediency purposes, the PSPC Bid
     Receiving Unit is the designated location where written responses 
    shall be sent. However, electronic submissions are also acceptable and may be sent by email to the RFI Authority as described herein. 
    
    Bid Receiving Unit
    Public Works and Government Services Canada
    Place du Portage
    Level OB2-103, Phase III
    11 Laurier Street,
    Gatineau, Quebec, K1A 0S5
    Telephone: (819) 420-7200   Fax: (819) 997-9776
    
    The Respondent's name, return address, RFI number and closing date should be clearly visible on the response. Responses to this RFI will not be returned.
    
    2.3  RFI Authority
    The Public Service and Procurement Canada (PSPC) RFI Authority is responsible for the management of the procurement and RFI process.
    
    Brian Moore
    Public Service and Procurement Canada (PSPC) 
    Acquisitions Branch
    Logistics, Electrical, Fuel and Transportation Directorate
    "HN" Division
    7B3, Place du Portage, Phase III
    11 Laurier Street
    Gatineau, QC, K1A 0S5
    Telephone: (873) 420-0338
    Facsimile: (819) 953-4944
    E-mail address: brian.moore@pwgsc-tpsgc.gc.ca 
    
    2.4  Enquiries 
    PSPC will not necessarily respond to enquiries in writing or by circulating answers to all potential suppliers as this is not a bid solicitation process. However, respondents with questions regarding this
     RFI may direct their enquiries to the RFI Authority named above.
    
    2.5  Official Languages 
    Responses may be in English or French, at the preference of the Respondent. 
    
    2.6  Response Confidentiality 
    Respondents are requested to clearly identify those portions of their response that are proprietary. The confidentiality of each Respondent's re
    sponse will be maintained.  Items that are identified as proprietary will be treated as such except where Canada determines that the enquiry is
     not of a proprietary nature. Canada may edit the questions or may request that the respondent do so, so that the proprietary nature of th
    e question is eliminated, and the enquiry can be answered with copies 
    to all interested parties.
    
    PART 3 - Questions
    
    3.1  Questions for Industry
    
    Question 1: 
    Allowing Credit Card orders:
    Do you see any issues with allowing credit card orders up to $10,000, this would be optional?
    Would you want something by email as well such as reference to a quote number and standing offer number?
    ________________________________________________________________________
    
    
    ________________________________________________________________________
    
    
    ________________________________________________________________________
    
    
    ________________________________________________________________________
    
    
    ________________________________________________________________________
    
    
    ________________________________________________________________________
    
    
    ________________________________________________________________________
    
    
    ________________________________________________________________________
    
    
    Question 2: 
    The current maximum call-up value is $200,000.00: 
    
    Do you see any issues with increasing the maximum call-up value to $400,000.00?
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    
    Question 3: 
    If the maximum call-up value was $400,000.00, in addition to the per unit discount percentage that will establish your ranking, could you provide additional total project discounts for call-ups valued between each of the following cost segments:
    i. $100,000.00 and $200,000.00, 
    ii. $200,000.00 and $300,000.00, 
    iii. $300,000.00 and $400,000.00
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    Question 4: 
    Current service categories applicable to the CCTV SO are:
    • PreliminaryNeeds Consultation
    • Systems CAD Drawings
    • Installation Labour
    • Systems Programming
    • Systems Training
    • Systems Relocation
    
    If the current service categories do not cover enough types of commonly 
    supplied CCTV related services, what types ofstandalone, hourly services should be added to the CCTV SO? Note: If design services were added, the SO holder would not be permitted to supply the equipment. 
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    Question5
    CCTV products and services are becoming more and more solutions based:
     
    How can the CCTV SO be modified to reflect this growing need?
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    Question 6
    CCTV surveillance equipment categories:
    If a new equipment category could be added to the SO, what CCTV product 
    types should be added and why?
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    Question 7
    Current Environmental Equipment Certifications criteria applicable to the CCTV SO are:
    • ENERGY STAR rated
    • Electronic Product Environmental Assessment Tool (EPEAT) certified
    • Product meets Waste and Electrical Electronic Equipment (WEEE) specifications
    • Restriction of Hazardous Substances (RoHS) certified
    • Product is TCO Certified
    • Product is equipped with sleep/power-downmode
    
    If the Environmental Equipment Certifications criteria are inadequate, which ones should be deleted and/or what other Environmental Equipment Certifications criteria should be added?
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    Question 8
    The built-in manufacturer MSRP price list update process:
    Does this process adequately protect suppliers from currency fluctuations?
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    Question 9
    Do you supply adaptive equipment under this standing offer that 
    consists of work-related devices or equipment that allow employees with 
    disabilities to participate as fully as possible in the workplace ?  
    If you have products are there any standards for these products? 
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    ______________________________________________________________________
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Moore, Brian
    Phone
    (819) 420-0338 ( )
    Email
    brian.moore@tpsgc-pwgsc.gc.ca
    Fax
    (613) 953-4944
    Address
    11 Laurier St./11, rue Laurier
    7B3, Place du Portage, Phase III
    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

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable

    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: