Cable TV Service

Solicitation number W0117-18H901/A

Publication date

Closing date and time 2019/01/11 15:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Shaw Cablesystems G.P.
    SHAW CABLE
    PO BOX 2468 STN MAIN
    Calgary Alberta
    Canada
    T2P4Y2
    Nature of Requirements: 
    
    Cable TV Service
    
    W0117-18H901/A
    Maki, Christie
    Telephone No. - (204) 891-6126 (    )
    Fax No. - (204) 983-7796 (    )
    
    Definition of Requirements
    
    The Department of National Defence (DND), Canadian Armed Forces (CAF), 17 Wing Winnipeg wishes to contract bulk cable TV services. Cable services will be provided to both integral and lodger units of 17 Wing that reside within the Winnipeg geographical area. 
    
    Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    The cable services must meet the following criteria:
    
    • The service provider must be able to provide all of services in question, to include equipment, installation, programming and maintenance of a cable television system.
    • They must be able to support the infrastructure for up to 550 cable outlets.  The number of outlets is currently 411.
    • The service provider must be capable of establishing full operational capability (FOC) within 60 days of when the contract is awarded. 
    • All outlets will be provided:
    o Basic cable packages as the minimum.
    o An option to upgrade to a high definition cable package that includes a movie channel package.
    • They must reuse existing infrastructure or pay for any infrastructure installations required in order to deliver cable services commensurate to the existing footprint.
    • If existing cable receiver boxes are not compatible with the service provider’s system, they will replace the devices with a model of comparable capabilities at their own cost. 
    • The equipment must be compatible with digital and high definition televisions (HDTV).  
    • The service provider must install any equipment necessary for the operation of cable television services at their own expense and in accordance with DND/TBS policy, standards and regulations.
    • The service provider must maintain the provision of services to and from DND by means of fully dielectric fiber optic media. If their current trunk lines into the 17 Wing property are not dielectric fiber optic, they must replace them with fully dielectric fiber optics at their own cost and before delivering any cable services.
    • The service provider must maintain the cable television service using existing lines, cables, and any hardware technology available to it to enable broadcasts of television signals exclusive of wireless.
    • The service provider must be capable of providing one-way communications to certain buildings as specified by DND (i.e. the cable boxes must be receive only and must not transmit anything) 
    • The service provider must ensure that infrastructure and end-devices are kept as up-to-date with current technologies where possible while also meeting the point above.  
    • The cable system shall be adapted to digital broadcasting.  In the event of technological changes affecting broadcasting methods or new CRTC requirements during the term of the contract, the service provider shall pay the cost of equipment required by such changes.
    • All channels must be to the ATSC standards.
    • The service provider shall perform all necessary repairs and fully restore service at its own expense within a reasonable time period (within 2 calendar days) from the time the service call is placed following any interruption in television broadcast signal reception regardless of number of outlets or which outlets are affected.
    • All equipment supplied by the service provider must be serviced, maintained, and remain the sole responsibility of the service provider during the term of the contract. The service provider must replace defective/broken cable receivers, at the direction of the Technical Authority, at no charge to DND.
    • The services provided must be in operation 24/7/365.
    • The service provider must provide a single point of contact phone number and email address where repair/maintenance calls can be placed, logged and tracked; this must be available on a 24/7/365 basis.  
    • Response to repair/maintenance calls/email are to be acknowledged within 1 hour during normal business hours 7:00 - 5:00 Monday to Friday or next day outside those hours.
    • The service provider must have a number of technicians with a valid Government of Canada Level 2 SECRET clearance in order to access some areas of 17 Wing where cable services are required.
    • Whenever possible, the service provider will provide request for access no less than 48 hours in advance.
    • The service provider must guarantee that any damage or disfiguration to DND property will be repaired at the service provider’s expense.
    • The service provider must provide the DND Technical Authority (TA) with the following information and documents:
    o Drawings following changes to infrastructure and services, that at a minimum, show the location of all instruments as installed.
    o Complete inventory database of all deployed equipment which will include, model, type and serial number.
    o Electronic copies, in both official languages, of all applicable manuals and schematics necessary for operation and maintenance of the system.
    o As part of the system documentation, all passwords, including the master passwords for the equipment including notifying the DND TA of any password changes.
    • The service provider must ensure that all manufactured articles, materials, and equipment be applied, installed, connected, erected, cleaned, conditioned, and tested in accordance with manufacturer's printed directions and specifications.
    • The service provider must present an acceptance test plan which, at a minimum, covers all operational deliverables of the contract. This plan will be subject to review and acceptance by DND. Upon acceptance of the plan, the service provider will be responsible for jointly conducting a 100% acceptance testing with DND which will provide sign-off on system acceptance.
    • The service provider shall hold a valid license for cable TV operation issued by the CRTC for signal distribution within the areas in question.
    • The service provider must guarantee that the following will not be provided to any subscriber under the contract:
    o Pay-per-view channels
    o Sexually explicit or Adult channels
    o Personal Video Recorders (PVRs)
    • The service provider must be capable of providing a master invoice each month that includes a detailed breakdown of all charges. 
    
    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 issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    2.  The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABILITY STATUS or SECRET as required, granted or approved by CISD/PWGSC.
    
    3.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    4.  The Contractor/Offeror must comply with the provisions of the:
    
     (a)  Security Requirements Check List and security guide 
     (b)  Industrial Security Manual (Latest Edition).
    
    Applicability of the trade agreement(s) to the procurement:
    
    The procurement 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-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    Justification for the Pre-Identified Supplier
    
    The current infrastructure at 17 Wing DND is Shaw Cable.  Shaw Cable also provides required one-way communications due to security zoning.  This is done through legacy technology that Shaw has been maintaining for DND use.  They are the only supplier known to DND who is capable of meeting the requirement, who has the product which meets all the listed mandatory specification criteria.
    
    Government Contracts Regulations Exception(s)
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) "only one person is capable of performing the work".
    
    Quantity of the proposed contact
    
    The proposed contract is for a 3 year period with the option of 2 additional 1 year options.
    
    Name and address of the pre-identified supplier:
    
    Shaw Cablesystems Limited
    22 Scurfield Blvd
    Winnipeg, Manitoba R3Y 1S5
    204-480-3678
    
    Delivery Date: Within 60 days of contract award.
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Maki, Christie
    Phone
    (204) 891-6126 ( )
    Email
    christie.maki@pwgsc-tpsgc.gc.ca
    Fax
    (204) 983-7796
    Address
    Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3B 0T6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Manitoba
    Procurement method
    Non-Competitive
    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: