Card Acceptance Services

Solicitation number EN891-121555/C

Publication date

Closing date and time 2014/06/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Solicitation no.: EN891-121555/C
    
    
    REQUEST FOR PROPOSALS (RFP)
    
    CARD ACCEPTANCE SERVICES 
    (Electronic Draft Capture Service)
    
    This solicitation EN891-121555/C cancels and supersedes
    EN891-121555/B which closed on January 31, 2014.
    
    All changes brought to the RFP, as a result of the retender, are
    identified below as well as on page 2 and 3 of the RFP and are
    highlighted throughout the RFP documentation. 
    
    
    In the Table of Contents:
    
    Title has been added.
    Bidders Conference (Optional) has been deleted;
    
    In Part 1 - General Information:
    
    At Article 2 - Summary:
    
    Numbering for 2.2 has been added and the most recent website
    information has been included;
    
    In Part 2- Bidder Instructions:
    
    At Article 1 - Standard Instructions Clauses and Conditions: 
    
    Most recent version of 2003 Standard Instructions has been
    referenced;
    
    At Article 4 - Inquiries - Bid Solicitation: 
    
    The most recent policy update to the wording has been included;
    
    At Article 7 - Bidders Conference (Optional):
    
    This Article has been deleted in its entirety;
    
    In Part 3 - Bid Preparation Instructions:
    
    At Article 1.5 SACC Manual Clauses:  
    
    The most recent version of C3011T Exchange Rate Fluctuation, has
    been referenced;
    
    In Part 5 - Certifications:
    
    Existing certifications were deleted in its entirety and
    replaced by the most recent version of the required
    certifications.
    
    In Attachment 1 to Part 5 - Certifications Precedent to Contract
    Award:
    
    At Federal Contractors Program for Employment Equity -
    Certifications:  
    
    Deleted in its entirety and replaced by the most recent version
    of the Federal Contractors Program for Employment Equity -
    Certifications;
    
    In Part 6 - Security, Financial and Other Requirements:
    
    At Article 1 Security and Privacy Requirements paragraph (a) For
    Canadian Suppliers:
    
    Paragraph (iii) has been inserted;
    
    At Article 1 Security and Privacy Requirements paragraph (a) For
    Foreign Suppliers:
    
    Lettering has been revised for clarification purposes;
    Title for Canadian and Foreign Suppliers has been deleted;
    Paragraph (i) has been revised to (iv);
    Paragraph (e) has been updated to include the most recent
    website information;
    
    In Part 7 - Resulting Contract Clauses:
    
    At Article 2.1 General Conditions:  
    
    The most recent version of 2035 General Conditions - Higher
    Complexity - Services, has been referenced;
    
    The correct version of 2035 20 Copyright has been referenced;
    
    At Article 3 - Security and Privacy and Requirements:
    
    Article 3 (A) Security Requirements for Canadian Suppliers:
    
    Part of the last sentence of paragraph one has been deleted;
    
    Correct numbering for Privacy and Personal Information article
    has been included;
    
    Article 3 (B) Security Requirements for Foreign Suppliers:  
    
    Paragraph 1:
    
    Correct reference to Privacy and Personal Information article
    has been included;
    References to sections within Annex C Security and Privacy
    Requirements have been updated;
    
    Paragraph 7:  
    
    Most recent reference to Privacy and Personal Information
    article has been included;
    
    At Article 5 - Authorities:
    
    5.1 Contracting Authority has been revised to change the name
    and telephone number of the Contracting Authority;
    
    
    
    At Article 8 - Certifications:
    
    At 8.1 Compliance:  
    
    The most recent update to the wording has been included in
    accordance with policy.
    
    At 8.2 Federal Contractors Program for Employment Equity -
    Default by the Contractor:  
    
    The most recent update to the wording has been included in
    accordance with policy.
    
    In Annex A, Statement of Work:
    
    In Section 2.1.5 - Documentation c.:  
    
    new wording added;
    
    In Section 2.3.1 - Settlement b.:  
    
    Only the first sentence was retained and the remaining sentences
    for this paragraph were deleted;
    
    In Section 2.7 - Service Levels e.:  
    
    Paragraph revised for clarification purposes;
    
    At Annex B - Basis Of Payment:
    
    At Section 5.2.3.3 RGBB Client 3D-Secure Fees: 
    
    Wording added to paragraphs 1 and 2 for clarification purposes;
    
    At Section 5.2.3.4 RGBB Client Pass-through Costs: 
    
    Reference to API Interface was deleted for clarification
    purposes;
    
    At Annex C, Security and Privacy Requirements:
    
    On page III under introduction:
    
    The word "should" has been replaced by "must";
    
    On page III, under Certification and Accreditation:
    
    The words "as applicable" has been inserted following Sections 1
    and 2;
    
    At Section 1. Security and Privacy Requirements for Canadian and
    Foreign Suppliers:
    
    PL-02 and PL-02-01, System Security Plan, has been removed from
    Section 1. Security and Privacy Requirements for Canadian and
    Foreign Suppliers and has been inserted under Section 2.
    Security and Privacy Requirements for Foreign Suppliers; and
    
    
    
    At Attachment 1 to Part 3 - Pricing Schedule:
    
    In the first sentence of paragraph one any reference to should
    has been replaced by must; and
    The No Blank in Bids clause has been deleted in its entirety.
    
    SERVICE REQUIREMENTS
    
    The Department of Public Works and Government Services Canada
    (PWGSC) requires services for all federal departments across
    Canada including the acceptance, processing and settlement of
    Visa, MasterCard, Interac and Interac Online transactions and
    the acceptance of AMEX cards payable to the Receiver General for
    Canada.
    
    These services will be required for a period of five (5) years
    commencing from date of Contract with an irrevocable option on
    the part of Canada to extend the period of any resulting
    Contract by up to two (2) additional one (1) year periods and
    one (1) additional one (1) year transition period.
    
    There is a security requirement associated with this
    requirement. For additional information, consult Part 3, Bid
    Preparation Instructions, Part 4, Evaluation Procedures and
    Basis of Selection, Part 6, Security and Privacy Requirements,
    Financial and Other Requirements, Part 7, Resulting Contract
    Clauses, Annex C, Security and Privacy and Annex D, Security
    Requirements Checklist and its associated attachments.
    
    Bidders should consult the document "Security Requirements for
    PWGSC Bid Solicitations - Instructions for Bidders"
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html) on
    the Departmental Standard Procurement Documents Web site.
    
    Bidders are hereby informed that the amount of time to obtain
    required security clearance levels may be lengthy and is
    contingent upon the specific clearance levels required. Bidders
    are solely responsible for obtaining such clearances.
    
    Bidders who currently do not meet the facility security
    clearance requirements and (or) personnel security clearance are
    advised to initiate the security clearance process immediately
    by requesting sponsorship from the Contracting Authority. 
    
    The following is an overview of the services required:
    
    accept, process and settle Visa, MasterCard, (and other brands
    if requested) and Debit Card (Interac, Interac Online, and other
    brands if requested) transactions payable to the Receiver
    General for Canada, including sales, authorizations, and refunds;
    accept and process AMEX transactions payable to the Receiver
    General for Canada, including sales, authorizations, and refunds;
    ensure ease of transition from the previous and to any
    subsequent card acceptance service provider with no break in
    service. The phase-in will be within eighteen (18) months from
    the date of Contract issuance, unless otherwise agreed by Canada
    and the phase-out will not exceed twelve (12) months;
    for the implementation phase, have a project management approach
    by providing within one week of contract award a team leader
    and, within three (3) weeks of Contract award, a project plan
    including a comprehensive work breakdown structure, a project
    schedule, level of required effort and resources, project risk
    tracking and weekly progress reports identifying any issues
    together with corrective actions;
    provide ongoing account management including the maintenance of
    an issue log and monthly review sessions with the project
    authority throughout the term of the Contract;
    provide services to departmental offices including point-of-sale
    (POS) workstations and/or POS software rental, installation
    advice, on-site networking, inspection and installation, and
    help desk support;
    open an Account at an LVTS-participating Financial Institution
    and, each banking day, post a total of all net payments per
    merchant per card type;
    provide daily departmental office, departmental headquarters and
    Receiver General for Canada access to transaction reporting as
    well as daily electronic bank statement reporting to the RG;
    meet specified service levels including planned outages,
    availability, help desk response, hardware/software setups or
    replacement;
    have a formal contingency and disaster recovery plan;
    provide services, as required, in both official languages of
    Canada; 
    optionally provide innovative approaches to technologies and
    services throughout the Contract term to improve customer
    service and/or decrease costs to Canada;
    upon the Receiver General's request, interface with and settle
    to another account used by the Receiver General (rather than
    post the funds to the Account);
    provide online card acceptance services  solution (the Receiver
    General Buy Button (RGBB) Solution); 
    provide "industry standard" levels of data and processing
    security and integrity of debit and credit card processing,
    including complying with security and privacy requirements as
    may be specified from time-to-time by the financial services
    industry and by the card associations. This includes, but is not
    limited to Payment Card Industry (PCI) Data Security Standards
    (DSS). 
    provide system security procedures and measures in accordance
    with security requirements.
    
    
    ENQUIRIES REGARDING THIS RFP REQUIREMENT ARE TO BE SUBMITTED TO
    THE FOLLOWING PWGSC CONTRACTING OFFICER:
    
    Ingrid Harrington
    Contracting Authority
    Public Works and Government Services Canada
    Acquisitions Branch
    Professional Services Procurement Directorate
    Place du Portage, Phase III, 10C1, 11 Laurier Street
    Gatineau, Québec, K1A 0S5
    Telephone: 819-956-3201
    Facsimile: 819-956-2675
    E-mail address: ingrid.harrington@tpsgc-pwgsc.gc.ca
    
    Please note that some sections of the RFP may be provided by
    e-mail in Microsoft Word format upon request.
    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
    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
    Harrington, Ingrid
    Phone
    (819) 956-3201 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    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
    001
    English
    19
    000
    English
    86
    002
    English
    22
    001
    French
    2
    000
    French
    16
    002
    French
    7

    Access the Getting started page for details on how to bid, and more.

    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.