Software Licensing Supply Arrangement

Tender Information
Authorpmnationtalk
All1
NamePublic Works and Government Services Canada
TypeNPP
RegionGatineau, QC
EmailTPSGC.AAALL-SLSA.PWGSC@tpsgc-pwgsc.gc.ca
SectorPublic Sector
163366181
124776881
CategoryHardware/Software

Date closing      2018/10/01 14:00       Eastern Daylight Time (EDT)

Details

Reference number      PW-$$EE-015-22221

Solicitation number      EN578-100808/D

Region of delivery      National Capital Region

Notice type      Notice of Proposed Procurement (NPP)

GSIN      N7030: ADP Software

Trade agreement      None

Tendering procedure      All interested suppliers may submit a bid

Procurement entity      Public Works and Government Services Canada

End user entity      Public Works and Government Services Canada

Description

Trade Agreement: NONE
Tendering Procedures: All interested suppliers may submit a bid
Competitive Procurement Strategy:
Comprehensive Land Claim Agreement: No
Nature of Requirements:

NOTICE – Effective February 12, 2016, Public Works and Government Services Canada (PWGSC) no longer accepts Supply Arrangements under the Software Licensing Supply Arrangement (SLSA) EN578-100808/D that contain products falling under the exclusive mandate of Shared Services Canada (SSC) as of today.

This measure is a result of changes to the SLSA, effective September 1, 2015, where SSC assumed responsibility for processing certain categories of software following the issuance of an Order-in-Councilunder the Shared Services Canada Act. More information on the changes to the SLSA and the division of software categories between PWGSC and SSC can be found here: http://logiciels-software.tpsgc-pwgsc.gc.ca/aaall-slsa/gnrx-gnrl-eng.cfm.

The SLSA remains a procurement vehicle managed by PWGSC. PWGSC will continue to maintain all existing Supply Arrangements as per the terms and conditions of the SLSA until such a time as SSC has put in place its software procurement instrument.

The SLSA team is preparing for the next iteration of the SLSA, which seeks to allow for Software-as-a-Service (SaaS) Supply Arrangements. Suppliers interested in SaaS Supply Arrangements in software categories which are under PWGSC mandate are encouraged to show their interest by submitting Annex X – Software as a Service Offerings and Pricing and Annex Y Software as a Service – Terms and Conditions. The SLSA team will use the information provided by Suppliers in Annexes X and Y only to refine its SaaS procurement strategy.

Please see the Amendment Summary section below for a description of the Amendments issued against the RFSA to date.
================================================================

Summary of the Request for Supply Arrangement (RFSA):

Public Works and Government Services Canada (PWGSC), on behalf of Canada, is issuing a Request for Supply Arrangement (RFSA) to implement the Software Licensing Supply Arrangement (SLSA). The SLSA will be used to acquire off-the-shelf software licenses and related software maintenance and/or support, as required by Canada, in support of its various programs, operational needs and projects. No professional service, as a service (e.g. software as a service, infrastructure as a service, platform as a service etc.), hardware or appliance solutions may be sold under this vehicle. It should be noted that this procurement vehicle is one of a number of vehicles that may be used to acquire such goods.

A Notice and the RFSA will be posted continuously on the Government Electronic Tendering Service (GETS) to allow suppliers to become qualified for a Supply Arrangements at any given time.

Description of the Software Licensing Supply Arrangement (SLSA):
The SLSA is a two-phased procurement vehicle. The first phase requires that suppliers qualify for a SA through the SLSA Request for Supply Arrangement (RFSA) that will be posted continuously on the Government Electronic Tendering Service (GETS). Once qualified (i.e. awarded a Supply Arrangement), Suppliers will be required to list their products and ceiling prices, in the appropriate category, in the SLSA Catalogue. The second phase of the procurement process consists of the SLSA authorized users issuing directed sole source contracts, competing requirements via Requests for Quotations (RFQs) for no substitute requirements when more than one source of supply exists or issuing bid solicitations when generic requirements exist. All second phase procurements will be processed in accordance with Canada’s Government Contracting Regulations (GCR) and the applicable trade agreements.

Scope:

The RFSA will establish Supply Arrangements, including a Catalogue (hereinafter referred to as the Software Licensing Supply Arrangement (SLSA) Catalogue) for off-the-shelf software licenses and related software maintenance and/or support. No professional service, as a service (e.g. software as a service, infrastructure as a service, platform as a service etc.), hardware or appliance solutions may be sold underthis vehicle.

Any resulting SAs may be used to acquire Goods for any Government Department, Departmental Corporation or Agency, or other Crown entity described in the Financial Administration Act (as amended from time to time), and any other party for which the Department of Public Works and Government Services may be authorized to act from time to time under section 16 of the Department of Public Works and Government Services Act (each a Client).

Delivery:

Any requirement for delivery to a destination in a land claims area will be actioned as a separate requisition outside of the SAs.

Evaluation:
A Notice and the RFSA will be posted continuously on the Government Electronic Tendering Service (GETS) to allow suppliers to become qualified for a SA(s) at any given time.

All firms, including Aboriginal firms, are invited to submit Arrangement sunder this RFSA.

Those fully compliant Arrangements will be recommended for issuance of a Supply Arrangement.

Those fully compliant Arrangements that meet the Procurement Strategy for Aboriginal Business (PSAB) eligibility criteria will be recommended for issuance of an Aboriginal SA. Aboriginal SAs may be used by Approved PWGSC and Client Authorities, at their discretion, for both set-aside requirements and non-PSAB contracts.

Once a Supplier qualifies for an SA they will not be required to qualify again for additional categories. Canada will amend the existing SA for these Suppliers, at its sole discretion, to include one or more additional software categories at the Supplier’s request, provided the required certifications are met.

Award:

The order of evaluation of arrangements will be at Canadas sole discretion. The intent is to evaluate arrangements on a first in first outbasis however this may change, as required, to meet Canadas operational requirements.

Canada will not award a Supplier a SA or delay award of Contract(s) to other Suppliers if a Supplier has not submitted completed documentation in its response or has submitted documentation that deviates from the terms of the RFSA.

All SAs will be effective from the date of issuance up to and including September 30, 2018, or until such time as Canada no longer considers it to be advantageous to have the SAs in place.

Security:

There is no security requirement associated with the issuance of a Supply Arrangement. The Contracts issued against this SA may, however, be subject to security requirements.

Trade Agreements:

Requirements may be subjectto 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).

Requirements under the Procurement Strategy for Aboriginal Business (PSAB) are not subject to the international trade agreements and AIT does not apply to procurements that are restricted to Aboriginal businesses under PSAB.

The Software Acquisition Reference Centre (SARC):

The SLSA Catalogue, a list of the SLSA Suppliers, all SLSA forms and templates, Annex I – List of Approved PWGSC and Client Authorities, Annex G – Software Categories & Descriptions, the SLSA Team contact information and more are available on the SARC Website at http://logiciels-software.tpsgc-pwgsc.gc.ca.

Contact(s)

Supply Arrangement Authority
11 Laurier St., 4C1 Place du Portage
Phase III
Gatineau
Quebéc
K1A 0S5

Email: TPSGC.AAALL-SLSA.PWGSC@tpsgc-pwgsc.gc.ca

Amendment Summary

Amendment 014 VALID

Amendment Summary: Issued to extend the end date of the RFSA, to modify the arrangement submission method, to update the dates of various SACC manual references, as well as to apply a few additional administrative changes. Amendment 014 includes the entire solicitation for convenience.

Amendment 013 Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to update the Integrity Provisions clauses to align with the new government-wide Integrity Regime, the Federal Contractors Program for Employment Equity clauses to reflect the name change from HRSDC to ESDC and the dates of various SACC manual references.

Amendment 012 – Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to extend the end date of the RFSA and to modify the arrangement submission and update request processes, as well as to apply a few additional administrative changes. This Amendment includes the entire solicitation for convenience.

Amendment 011 – Incorporated in/replaced by Amendment 014
Amendment Summary: Issued to update the Code of ConductIntegrity Provision clauses; the Federal Contractors Program for Employment Equity clauses, the Software Licensing and Supply Arrangement Quarterly Reports Template (Annex J) and the dates of various SACC manual references.

Amendment 010 – Incorporated in/replaced by Amendment 014
Amendment Summary: Issued to refresh the solicitation.

Amendment009 – Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to change the SA Authority (Enquiries Contact), to add a new sub category to Annex G Software Categories & Descriptions and to transfer the RFSA to the new Government Electronic Tendering Service (Buy & Sell website).

Amendment 008 – Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to reflect the modifications established following negotiations with industry Associations ITAC and CITPA.

Amendment 007 – Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to remove the client authority contracting dollar limitations for the Client Authority Shared Services Canada.

Amendment 006 – Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to refresh the solicitation and add the remaining software categories to the list of Software Categories.

Amendment 005 – Incorporatedin/replaced by Amendment 014

Amendment Summary: Issued to add Operations Management Software, Scientific and Engineering Software and Information Management Software to the list of Software Categories.

Amendment 004 – Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to refresh the solicitation and add Security Operations Software and Development Environments Software to the list of Software Categories.

Amendment 003 – Incorporated in/replaced by Amendment 014
Amendment Summary: Issued to refresh the solicitation.

Amendment 002 – Incorporated in/replaced by Amendment 014

Amendment Summary: Issued to respond to bidders questions as well as to modify clauses in the RFSA.

Amendment 001 – Incorporated in/replaced by Amendment 014
Amendment Summary: Issued to respond to bidders questions.

Request For Supply Arrangement (RFSA) – Incorporated in/replaced by Amendment 014

Amendment Summary: Official RFSA posted on GETS for responses to be submitted to PWGSC by Vendors wishing to obtain a Supply Arrangement through the Software Licensing Supply Arrangement.

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.

Access and terms of use

Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on Buyandsell.gc.ca/tenders, the authoritative location for GC tenders.

You may have received this tender notice or award 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 through Buyandsell.gc.ca/tenders.

This Government of Canada tender notice or tender award carries an Open Government Licence – Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information.

Solicitation Documents

ABES.PROD.PW__EE.B015.E22221.EBSU000.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU000.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU001.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU001.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU002.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU002.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU003.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU003.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU004.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU004.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU005.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU005.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU006.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU006.PDFFrench
ABES.PROD.BK__EE.B015.E22221.EBSU007.PDFEnglish
ABES.PROD.BK__EE.B015.F22221.EBSU007.PDFFrench
ABES.PROD.BK__EE.B015.E22221.EBSU008.PDFEnglish
ABES.PROD.BK__EE.B015.F22221.EBSU008.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU009.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU009.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU010.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU010.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU011.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU011.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU012.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU012.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU013.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU013.PDFFrench
ABES.PROD.PW__EE.B015.E22221.EBSU014.PDFEnglish
ABES.PROD.PW__EE.B015.F22221.EBSU014.PDFFrench

Contact Information

Contact name      Niyonambaza (SMS div), Audace
Contact phone      (873) 469-3997 ( )
Contact fax      (819) 953-3703
Contact address      iyonambaza (SMS div), Audace

For more information: buyandsell

Send To Friend Email Print Story

NationTalk Partners & Sponsors Learn More