Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-28 00:00:00
Canada CanadaBuys

Inmate Paid Cable Services (21801-21-0123)

Process Number PW-21-00972843

Dates:


Publication date:

2021-10-28 00:00:00

Amendment date:

None

Date closing:

2021/11/12 14:00 Pacific Daylight Time (PDT)

Details:


Region of delivery:

British Columbia

End user entity:

Correctional Service of Canada

Procurement entity:

Correctional Service of Canada

Region of opportunity:

British Columbia

Tendering procedure:

Limited

Reference number:

PW-21-00972843

Solicitation number:

21801-21-0123

Description:


Description:

An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 1. Definition of the requirement: The Correctional Service Canada has a requirement to provide a viable and balanced CATV signal to each of the facilities located in the Pacific Region. The work will involve the following: 1.1 Objectives: To provide Cablevision services to various Federal Correctional facilities located in the lower mainland and Vancouver Island. 1.2 Tasks: 1.2.1 Equipment i. The Contractor must provide a viable and balanced CATV signal of the headend of each institution listed in Appendix i, throughout each of the Institutions located in the Pacific Region. ii. The Contractor must provide the cablevision service using the current installed CATV coaxial or fibre infrastructure. iii. All equipment the Contractor supplies must be serviced, maintained and remain the sole responsibility of the Contractor during the term of the contract. iv. Maintenance of all coaxial cable wiring connections throughout the institution will be the responsibility of the respective institutions, not the Contractor. 1.2.2 Outlet Count i. The Contractor must adjust the number of outlets listed in Annex B, in September of each year, based on the annual average population count. The Contracting Authority will report the outlet count to the Contractor. The number of outlets will remain constant unless the inmate population fluctuates by 10% or more, as reflected in the annual average population count. ii. The Project Authority will calculate, and provide to the Contracting Authority, the annual average population using the timeframe July 1st to June 30th. The Project Authority will determine how the annual average population count is calculated (including but not limited to, accommodation reports, count sheets) at their sole and entire discretion. iii. The Contractor must provide a 10% discount on the number of outlets reported, per site. The Contracting Authority will calculate the discount and provide it to the Contractor when the annual average population count is reported. iv. The Project Authority will consider Shared Accommodation cells as one outlet for the purpose of this contract. A shared accommodation cell is defined as a cell that is designed to house two inmates. v. The Project Authority may request to adjust the outlet count for units that are unoccupied for maintenance or construction for one month or more. In this case, the Project Authority will provide written notification to the Contracting Authority requesting an adjustment to the outlet count. The Contracting Authority will provide written notice to the Contractor of the increase or decrease. The Contractor must adjust the number of outlets, which must be effective the 1st day of the following month. The Contracting Authority will give the Contractor a minimum of ten (10) days notice. 1.2.3 Channels i. The Contractor must provide Option 3B: the Classic Cable (with six channels swapped) + Movie Central/HBO package. ii. The Contractor must be able to remove the Movie Central/HBO package option at any time at the Contracting Authority’s request, if a site is unable to afford Option 3B. The Contracting Authority will provide written notice to the Contractor if a Movie Central/HBO package must be removed from a site’s channel line-up. Once the Movie Central/HBO package is removed, the Contractor must not add it back to that site’s channel lineup for one year starting from the date of removal. iii. The Contractor must provide written notice to the Contracting Authority of any channel re-branding. iv. The Contractor must offer a suitable alternative to the channel line-up, should a channel be re-branded or should the Contractor not to renew a network license . v. Canada’s liability under this contract will be limited to that which arises from the cable services provided as referenced in Annex B. Service interruptions caused by an act or omission of Canada, which is not caused by the Contractor’s equipment and occurs beyond the Contractor’s equipment, will not affect or suspend Canada’s obligation to pay the rates set out in the contract. vi. In the event the Contractors equipment (Vecima) fails, and a full-scale (all channels) outage lasts longer than 48 consecutive hours per site, the Contractor must provide a credit to the affected site on their account. The Contractor must calculate the credit by multiplying the daily rate by the number of outlets the site is currently paying for as per Annex B – Basis of Payment, and multiplying the resulting amount by the number of days of the full-scale outage, per affected site. 1.2.4 Service Calls i. The Contractor should provide service personnel that are available 24 hours a day, 7 days a week to provide service to the Vecima. In the event that the Contractor cannot provide service personnel to respond to service calls within the specified timeframe, the Contractor must notify the Project Authority as soon as possible; a response time will then be mutually agreed upon between the Project Authority and the Contractor. ii. Response to service calls, initiated by The Correctional Service of Canada Project Authority or delegate: the Contractor should meet the following response times. If the Contractor cannot meet these response times, the Contractor must contact the Project Authority or delegate to inform them of the time within which the Contractor will respond, subject to the Project Authority’s or delegate’s approval. a. the Contractor should respond within one (1) hour from the time of the telephone call. The Contractor’s service personnel must arrive on site within four (4) hours for a full-scale outage, and twenty-four (24) hours for service calls other than a full-scale outage, from the time of the request unless otherwise agreed upon. In the event that the Contractor cannot respond to service calls within the specified timeframe, the Contractor must notify the Project Authority as soon as possible; a response time will then be mutually agreed upon between the Project Authority and the Contractor. iii. The Project Authority will provide written notification to the Contracting Authority regarding any service calls within 24 hours of the service call. iv. The Contractor must test the Vecima system and signal strength two (2) times per year, per site and report the results to the Project Authority. The Contractor may make recommendations to the Project Authority of each site, on how the sites can increase signal strength issues, beyond the Contractors control. The Contractor must perform this task in addition to and separate from service calls. 1.2.5 Transition Period: i. The Contractor acknowledges that the nature of the services provided under the Contract requires continuity and that a transition period may be required at the end of the Contract. The Contractor agrees that Canada may, at its discretion, extend the Contract by a period of 90 days under the same conditions to ensure the required transition. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions of the Basis of Payment. The Contracting Authority will advise the Contractor of the extension by sending a written notice to the Contractor before the contract expiry date. The Contracting Authority will confirm the extension through a contract amendment. 1.3 Expected results: A quality cable connection using existing infrastructure. All Vecima equipment will be provided by the Contractor as required. The Contractor must ensure that any and all of the equipment installed does not allow access to the Internet. 1.4 Deliverables: 1.4.1 Provide a viable and balanced CATV signal to the headend locations within the Pacific Region. 1.4.2 Paper consumption: a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority. b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest. c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements). 1.5 Constraints: 1.5.1 Location of work: a. The Contractor must perform the work at various Federal correctional facilities located in the lower mainland and Vancouver Island. b. Travel i. No travel is anticipated for performance of the work under this contract. 1.5.2 Language of Work: The contractor must perform all work in English. 1.5.3 Institutional Access Requirements Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof by any Contractor personnel, at any time. 2. Criteria for assessment of the statement of capabilities (minimum essential requirements): Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: Must be able to use CSC’s current infrastructure, including the currently installed CATV coaxial or fibre infrastructure, to set up the service. Must provide 24 hour technician service seven days per week. Must be able to provide the following channels: A&E FX Canada ABC Seattle (KOMO) Global Vancouver (CHAN) Adult Swim HBO Canada 2 American Movie Classics (AMC) Headline News Animal Planet HGTV Canada APTN West History Television - west BBC World ICI rdi BNN Knowledge Network BC CBC News Network MTV Canada CBC Vancouver (CBUT) MuchMusic CBS Seattle (KIRO) National Geographic CHEK Victoria National Geographic Wild CITY Vancouver (CKVU) NBC Seattle (KING) CMT - Country Music Television OLN - Outdoor Life Network CNN Paramount Network CPAC House of Commons - (eng) PBS Seattle (KCTS) Crave 1W Score (previously Sportsnet 360) Crave 2W Showcase Crave 3W Slice CTV British Columbia (CIVT) Sportsnet - pacific (in market) CTV Comedy (previously Comedy Network) SRC vancouver (cbuft) CTV Drama (previously Bravo!) TCM -Turner Classic Movies CTV Life (previously Gusto) TLC - The Learning Channel CTV News Channel TMN Encore 2 w Sci-Fi (previously Space – Canada) TSN1 CTV Two Victoria (CIVI) TV 5 west Discovery Channel TVA montreal west (cftm) Discovery Science UPN Tacoma (kstw) Dtour Vision - east Family Channel - pacific W network - west Food Network Weather Network FOX Tacoma (KCPQ) WGN Chicago 3. Applicability of the trade agreement(s) to the procurement This procurement is not subject to any trade agreement. 4. Set-aside under the Procurement Strategy for Indigenous Business This procurement is not subject to any set-asides for Indigenous Suppliers. 5. Comprehensive Land Claims Agreement(s) This procurement is not subject to a Comprehensive Land Claims Agreement. 6. Justification for the Pre-Identified Supplier The Pre-Identified supplier is the only supplier capable of successfully performing the work as they possess the capability to use CSC’s CATV coaxial or fiber infrastructure and to provide the range of services required by CSC – Pacific Region. The pre-identified supplier meets all of the minimum essential requirements described in this ACAN. 7. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: (d) only one person is capable of performing the contract. 8. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified: This procurement is not subject to any trade agreement. 9. Ownership of Intellectual Property Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor. 10. Period of the proposed contract or delivery date The proposed contract is for a period of one (1) year, from December 1, 2021 to November 30, 2022 with an option to extend the contract for two (2) additional one-year periods. 11. Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $ 1,814,000.00 (GST/HST extra). 12. Name and address of the pre-identified supplier Name: Shaw Cablesystems Address: contractor’s place of business 13. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 14. Closing date and time for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is November 12, 2021 at 2:00 PM PDT. 15. Inquiries and submission of statements of capabilities Inquiries and statement of capabilities are to be directed to: Elise Hannis Regional Contracting Officer 33991 Gladys Ave Abbotsford, BC V2S 2E9 Telephone: 604-870-2603 Facsimile: 604-870-2444 E-mail: ContractingandMaterielServices.GEN-PAC@csc-scc.gc.ca

Contact information:


Contact name:

Hannis, Elise

Contact email:

Elise.Hannis@csc-scc.gc.ca

Contact phone:

604-870-2603

Contact address:

33991 Gladys Avenue Abbotsford BC V2S 2E8 CA

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added