Point of Sale (POS) System
Solicitation number 21120-144110/A
Publication date
Closing date and time 2014/02/14 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 Attachment: None Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: 21120-144110/A Kelly, James Telephone No. - (819) 956-5701 james.kelly@tpsgc-pwgsc.gc.ca Point of Sale Solution For Correctional Service Canada Canada has a requirement for a Point of Sale (POS) Solution to support the distribution of inventory to Federal Offenders and CSC Staff within its various Institutions across Canada. The POS Solution will be used to record transactions for the distribution of food items to Inmates in the Food Services Small Group Meal Preparation (SGMP) sites and non-food items (e.g. clothing, hygiene products, etc.) to Inmates and CSC Staff members within its Institutions. This bid solicitation is being issued to satisfy the requirement of Correctional Service Canada (the "Client") for a commercially available Point of Sale Solution (the "POS Solution") to be deployed at approximately 85 Client sites across Canada. It is intended to result in the award of a contract for one year, plus 6 one-year irrevocable options allowing Canada to extend the term of the contract. The required POS Solution must include the Licensed Software, Hardware, software and hardware warranty, software maintenance and support, and documentation. Training, training materials, and professional services must also be provided. All parts of the POS Solution must be available to the Client users 24 hours a day, 7 days a week, 365 days a year, in English and French, and operate at all times in accordance with the Statement of Requirement. Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003. There is no a security requirement associated with this procurement. For services requirements, Bidders in receipt of a pension or a lump sum payment must provide the required information as detailed in article 3 of Part 2 of the bid solicitation. The requirement 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-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA) if it is in force, and the Agreement on Internal Trade (AIT). 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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Kelly, James
- Phone
- (819) 956-5701 ( )
- Fax
- (819) 956-1207
- Address
-
11 Laurier St., / 11, rue Laurier
3C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZM.B608.E26722.EBSU000.PDF | 000 |
English
|
79 | |
ABES.PROD.PW__ZM.B608.E26722.EBSU003.PDF | 003 |
English
|
5 | |
ABES.PROD.PW__ZM.B608.E26722.EBSU004.PDF | 004 |
English
|
14 | |
ABES.PROD.PW__ZM.B608.E26722.EBSU001.PDF | 001 |
English
|
21 | |
ABES.PROD.PW__ZM.B608.E26722.EBSU002.PDF | 002 |
English
|
14 | |
ABES.PROD.PW__ZM.B608.E26722.EBSU005.PDF | 005 |
English
|
15 | |
ABES.PROD.PW__ZM.B608.F26722.EBSU005.PDF | 005 |
French
|
4 | |
ABES.PROD.PW__ZM.B608.F26722.EBSU001.PDF | 001 |
French
|
7 | |
ABES.PROD.PW__ZM.B608.F26722.EBSU000.PDF | 000 |
French
|
19 | |
ABES.PROD.PW__ZM.B608.F26722.EBSU002.PDF | 002 |
French
|
2 | |
ABES.PROD.PW__ZM.B608.F26722.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.PW__ZM.B608.F26722.EBSU003.PDF | 003 |
French
|
4 |
Access the Getting started page for details on how to bid, and more.