le 2016-07-20 REQUEST FOR PROPOSAL DEMANDE ... - Buy and Sell

0 downloads 114 Views 1MB Size Report
Jun 10, 2016 - The first name, last name, phone number, and e-mail address of two (2) references for ...... background i
1 1

RETURN BIDS TO: RETOURNER LES SOUMISSIONS À:

Title - Sujet

Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier St. / 11, rue Laurier Place du Portage, Phase III Core 0B2 / Noyau 0B2 Gatineau Quebec K1A 0S5 Bid Fax: (819) 997-9776

Solicitation No. - N° de l'invitation

Date

45045-140073/C

2016-06-10

REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal To: Public Works and Government Services Canada We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor.

Proposition aux: Travaux Publics et Services Gouvernementaux Canada

Visually Statistically Intelligent

Client Reference No. - N° de référence du client

000006399 GETS Reference No. - N° de référence de SEAG

PW-$$EE-002-30267 File No. - N° de dossier

CCC No./N° CCC - FMS No./N° VME

002ee.45045-140073

Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2016-07-20

Time Zone Fuseau horaire

Eastern Daylight Saving Time EDT

F.O.B. - F.A.B. Plant-Usine:

Destination:

Other-Autre:

Address Enquiries to: - Adresser toutes questions à:

Buyer Id - Id de l'acheteur

Gabriel (ee div), Peter

002ee

Telephone No. - N° de téléphone

FAX No. - N° de FAX

(873) 469-4654 (

( )

)

-

Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:

Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s).

Specified Herein Précisé dans les présentes

Comments - Commentaires

Instructions: See Herein Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Delivery Required - Livraison exigée

Delivery Offered - Livraison proposée

See Herein Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

Issuing Office - Bureau de distribution

Systems Software Procurement Division / Division des achats des logiciels d'exploitation 11 Laurier St. / 11 rue, Laurier 4C1, Place du Portage, Phase III Gatineau Quebec K1A 0S5

Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Signature

Page 1 of - de 1

Date

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

BID SOLICITATION

FOR A

VISUALLY STATISTICALLY INTELLIGENT ADAPTIVE DATA VIEWING SOLUTION FOR STATISTICS CANADA PART 1 - GENERAL INFORMATION ..............................................................................................3 1.1

Introduction .............................................................................................................3

1.2

Overview .................................................................................................................3

1.3

Summary.................................................................................................................4

1.4

Debriefings ..............................................................................................................4

PART 2 - BIDDER INSTRUCTIONS ................................................................................................5 2.1

Standard Instructions, Clauses and Conditions......................................................5

2.2

Submission of Bids .................................................................................................5

2.3

Former Public Servant ............................................................................................5

2.4

Enquiries - Bid Solicitation ......................................................................................6

2.5

Applicable Laws ......................................................................................................6

2.6

Improvement of Requirement During Solicitation Period........................................6

2.7

Previous Communications between Government and Bidder ................................7

2.8

Amendments to this Request for Proposal (RFP) ..................................................7

2.9

Cost of Preparing Proposals...................................................................................7

PART 3 - BID PREPARATION INSTRUCTIONS.............................................................................8 3.1

Bid Preparation Instructions....................................................................................8

3.2

Section I: Technical Bid ..........................................................................................9

3.3

Section II: Management Bid..................................................................................10

3.4

Section III: Financial Bid .......................................................................................11

3.5

Section IV: Certifications.......................................................................................11

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION......................................12 4.1

Evaluation Procedures..........................................................................................12

4.2

Technical Evaluation.............................................................................................12

4.3

Management Bid...................................................................................................13

4.4

Financial Evaluation..............................................................................................15

4.5

Basis of Selection .................................................................................................15

PART 5 - CERTIFICATIONS AND ADDITIONAL INFORMATION ...............................................17 5.1

Certifications Required with Bid............................................................................17

5.2

Certifications Required Precedent to Contract Award ..........................................17

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS............................................19 6.1

Security Requirement ...........................................................................................19

6.2

Financial Capability...............................................................................................19

PART 7 - RESULTING CONTRACT CLAUSES ............................................................................20 7.1

Requirement .........................................................................................................20

7.2

Optional Goods and/or Services ...........................................................................20

Page 1

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

002ee

Client Ref. No. - N° de réf. du client

7.3

Buyer ID - Id de l'acheteur

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Licensed Software ................................................................................................20

7.4

Software Maintenance and Support: ....................................................................23

7.5

Task Authorization ................................................................................................24

7.6

Standard Clauses and Conditions ........................................................................26

7.7

Security Requirement ...........................................................................................26

7.8

Contract Period .....................................................................................................26

7.9

Authorities .............................................................................................................27

7.10 Proactive Disclosure of Contracts with Former Public Servants ..........................27 7.11 Payment ................................................................................................................28 7.12 Invoicing Instructions ............................................................................................29 7.13 Certifications .........................................................................................................29 7.14 Price Certifications for Additional Personnel Categories ......................................30 7.15 Federal Contractors Program for Employment Equity - Default by Contractor ....30 7.16 Applicable Laws ....................................................................................................30 7.17 Priority of Documents............................................................................................30 7.18 Foreign Nationals (Canadian Contractor) .............................................................30 7.19 Foreign Nationals (Foreign Contractor) ................................................................31 7.20 Insurance Requirements.......................................................................................31 7.21 Limitation of Liability - Information Management/Information Technology ...........31 7.22 Joint Venture Contractor .......................................................................................32 7.23 Professional Services ...........................................................................................33 7.24 Safeguarding Electronic Media.............................................................................33 7.25 Access to Canada's Property and Facilities .........................................................33 7.26 Reporting Requirements .......................................................................................33 7.27 Representations and Warranties ..........................................................................34 7.28 Performance Guarantee .......................................................................................34 7.29 Termination for Convenience................................................................................34 7.30 Authorized Agent ..................................................................................................34 List of Annexes to the Resulting Contract: Annex Annex Annex Annex

A B C D

Software Requirement Specification Basis of Payment Task Authorizations Performance Guarantee (if applicable)

List of Attachments to Part 3 - Bid Preparation Instructions Attachment 3.1 Attachment 3.2 Attachment 3.3

Substantiation of Technical Compliance Form Bid Submission Form Reference Project Form

List of Attachments to Part 5 – Certifications Attachment 5.1 Attachment 5.2 Attachment 5.3 Attachment 5.4 Attachment 5.5

Federal Contractors Program for Employment Equity- Certification (Required Precedent to Contract Award) Declaration of Convicted Offences (Form PWGSC-TPSGC (12/2015 required with bid) Integrity Provisions – List of Names Form Software Publisher Certification Form (if applicable) Software Publisher Certification Form (if applicable)

Page 2

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

BID SOLICITATION

FOR A

VISUALLY STATISTICALLY INTELLIGENT ADAPTIVE DATA VIEWING SOLUTION FOR STATISTICS CANADA

PART 1 - GENERAL INFORMATION 1.1

Introduction

The bid solicitation is divided into seven parts plus attachments and annexes, as follows: Part 1

General Information: provides a general description of the requirement;

Part 2

Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid solicitation;

Part 3

Bid Preparation Instructions: provides Bidders with instructions on how to prepare their bid;

Part 4

Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria that must be addressed in the bid, if applicable, and the basis of selection;

Part 5

Certifications: includes the certifications to be provided;

Part 6

Security, Financial and Other Requirements: includes specific requirements that must be addressed by Bidders; and

Part 7

Resulting Contract Clauses: includes the clauses and conditions that will apply to any resulting contract.

The annexes include the Software Requirements Specifications (SRS), the Basis of Payment, the Definitions, the Task Authorization Form and the Schedule for Deliverables/Services. The forms include the Substantiation of Technical Compliance Form, the Bid Submission Form, the Reference Project Form, the Federal Contractors Program for Employment Equity-Certification Form, the Declaration of Convicted Offences and the Integrity Provisions Form. 1.2

Overview

Statistics Canada requires a Visually Statistically Intelligent Adaptive Data Viewing Solution, also herein referred to as the Solution. Statistics Canada requires a contractor to deliver, enable and support a perpetual bilingual license that must license Statistics Canada with the rights, grants and allowances for Statistics Canada to install, copy and deploy the Solution. The Solution will provide users with statistical information that is relevant, accessible and easy to interpret through a web-based statistical dashboard that combines many visual communication elements such as thematic maps, charts, graphics and images complemented by textual information. The Contractor is required during the contract periods to have a clear understanding of the Client requirements and is also required to attend quarterly active contract management meetings to ensure contractor clarity on the understanding and government results, commercial outcomes and business equilibriums. The Contractor must deliver, enable and support the Solution with the specified management, technology and intelligence that harmonizes, integrates and unifies the solution with the existing Statistics Canada computing environment as specified in the Request for Proposal (RFP) and any potential resulting contracts. Statistics Canada is required to be compliant with Government of Canada Policies, programs, Plans and Priorities and therefore requires the Bidder to have a clear understanding of the requirements and be compliant with all delivery milestones as specified.

Page 3

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

The Bidder must deliver, enable and support the deliveries, acceptances and considerations as specified in the contract; with the initial license, rights, grants and allowances as specified for an initial 50 designated Government of Canada (GC) Users who are licensed perpetually in whole or in part; and the options as specified to optionally maintain, add and or extend; the requirements, scope and priorities, management, technology and intelligence within the solution, reference section Annex B of the RFP, License, payment and List of deliverables. The bidder must note that the RFP and any resulting contract may include the options for other Government entities to make use of the resulting supply method(s). Canada also retains the right to take an advanced position technically when it comes to the underlying technologies and therefore the bidder is required to deliver, enable and support a license, rights, grants and allowance that includes Production, Non production and Innovation Computing Environments; including Innovation, Staging, Pre-Production, Production and Post Production work, requirements and services. 1.3

Summary (a)

Scope of Work Statistics Canada requires a solution for the requirements identified in this specification. The successful contractor is responsible for supplying the necessary skilled and experienced project management, design and development resources to build the solution and have the capacity to support it. The core contracting work is represented by the design and development of a web-based data visualization application, comprising all Mandatory and Solution Based Requirements, and the Point Rated Requirements included by the Bidder in their proposal, as described in Annex A using technologies that align or already exist within Statistics Canada as described in Appendix B and C (within Annex A), which are compatible with Statistics Canada’s existing IT infrastructure and data sources. The contractor will also be required to: (i)

Construct and implement an application Testing Strategy and Plan.

(ii)

Construct and implement a program for development knowledge transfer to select Statistics Canada IT personnel for the purpose of performing internal support, software updates, and new development in the form of GC extended APIs.

(iii)

Develop an installation and integration processes that can be easily followed by Statistics Canada and Shared Services Canada (SSC) staff. At a minimum, it must include but is not limited to configuration guides, installation guides, and administration and management guides, for deployment on servers, or stand-alone offline computers (i.e. at a desktop or laptop not connected to a network that will be used during media lock-ups prior to the official release of data to the public).

(iv)

Develop and implement a bilingual user guide and web tutorial for end-users on the effective use of the solution

(b)

All parts of the Software License must be available to the Client users 24 hours a day, 7 days a week, 365 days a year, in English and French if available, and operate at all times in accordance with the Software Requirements Specification in the Client’s operational environment described in the bid solicitation.

(c)

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). The Federal Contractors Program (FCP) for employment equity applies to this procurement: seePart 5 - Certifications, Part 7 - Resulting Contract Clauses and the form titled “Federal Contractors Program for Employment Equity - Certification".

1.4

Debriefings

Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be provided in writing, by telephone or in person.

Page 4

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

PART 2 - BIDDER INSTRUCTIONS 2.1

Standard Instructions, Clauses and Conditions (a)

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditionsmanual) issued by Public Works and Government Services Canada.

(b)

Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract. The Bidder must accept all the terms and conditions set out in the solicitation and must not include in their bid any assumption or qualification that would render the bid conditional.

(c)

The 2003 (2016-04-04) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation. If there is a conflict between the provisions of 2003 and this document, this document prevails.

(d)

Subsection 5(4) of 2003, Standard Instructions - Goods or Services - Competitive Requirements is amended as follows: (i) Delete: 60 days (ii) Insert: 150 days

2.2

Submission of Bids (a)

Bids must be submitted only to Public Works and Government Services Canada Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation.

(b)

Due to the nature of the bid solicitation, bids transmitted by facsimile to Public Works and Government Services Canada will not be accepted.

2.3

Former Public Servant (a)

Contracts awarded to former public servants (FPS) in receipt of a pension or of a lump sum payment must bear the closest public scrutiny, and reflect fairness in the spending of public funds. In order to comply with Treasury Board policies and directives on contracts awarded to FPS, Bidders must provide the information required below before contract award. If the answer to the questions and, as applicable the information required have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to comply with Canada's request and meet the requirement within the prescribed time frame will render the bid non-responsive.

(b)

Definitions For the purposes of this clause, "former public servant" is any former member of a department as defined in the Financial Administration Act, R.S., 1985, c. F-11, a former member of the Canadian Armed Forces or a former member of the Royal Canadian Mounted Police. A former public servant may be: (i)

an individual;

(ii)

an individual who has incorporated;

(iii)

a partnership made of former public servants; or

(iv)

a sole proprietorship or entity where the affected individual has a controlling or major interest in the entity.

"lump sum payment period" means the period measured in weeks of salary, for which payment has been made to facilitate the transition to retirement or to other employment as a result of the implementation of various programs to reduce the size of the Public Service. The lump sum payment period does not include the period of severance pay, which is measured in a like manner. "pension" means a pension or annual allowance paid under the Public Service Superannuation Act (PSSA), R.S., 1985, c.P-36, and any increases paid pursuant to the Supplementary Retirement Benefits Act, R.S., 1985, c.S-24 as it affects the PSSA. It does not include pensions payable pursuant to the Canadian Forces Superannuation Act, R.S., 1985, c.C-17, the Defence Services Pension Continuation Act, 1970, c.D-3, the Royal Canadian Mounted Police Pension Continuation Act , 1970, c.R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S., 1985, c.R-

Page 5

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

11, the Members of Parliament Retiring Allowances Act , R.S., 1985, c.M-5, and that portion of pension payable to the Canada Pension Plan Act, R.S., 1985, .C-8. (c)

Former Public Servant in Receipt of a Pension As per the above definitions, is the Bidder a FPS in receipt of a pension? Yes ( ) No ( ) If so, the Bidder must provide the following information, for all FPS in receipt of a pension, as applicable: (i) name of former public servant; (ii) date of termination of employment or retirement from the Public Service. By providing this information, Bidders agree that the successful Bidder's status, with respect to being a former public servant in receipt of a pension, will be reported on departmental websites as part of the published proactive disclosure reports in accordance with Contracting Policy Notice: 2012-2 and the Guidelines on the Proactive Disclosure of Contracts.

(d)

Work Force Adjustment Directive Is the Bidder a FPS who received a lump sum payment pursuant to the terms of the Work Force Adjustment Directive? Yes ( ) No ( ) If so, the Bidder must provide the following information: (i)

termination of employment;

(ii)

amount of lump sum payment;

(iii)

rate of pay on which lump sum payment is based;

(iv)

period of lump sum payment including start date, end date and number of weeks;

(v)

number and amount (professional fees) of other contracts subject to the restrictions of a work force adjustment program.

For all contracts awarded during the lump sum payment period, the total amount of fees that may be paid to a FPS who received a lump sum payment is $5,000, including Applicable Taxes. 2.4

Enquiries - Bid Solicitation (a)

All enquiries must be submitted in writing to the Contracting Authority no later than 10 calendar days before the bid closing date. Enquiries received after that time may not be answered.

(b)

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as proprietary will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the Bidder do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada.

2.5

Applicable Laws (a)

Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario.

Note to Bidders: Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of its choice without affecting the validity of its bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of its choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the Bidder. Bidders are requested to indicate the Canadian province or territory they wish to apply to any resulting contract in their Bid Submission Form.

2.6

Improvement of Requirement During Solicitation Period

Should Bidders consider that the specifications or “Software Requirements Specification” contained in the bid solicitation could be improved technically or technologically, Bidders are invited to make suggestions, in writing,

Page 6

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reasons for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular Bidder will be given consideration provided they are submitted to the Contracting Authority in accordance with the article entitled "Enquiries - Bid Solicitation". Canada will have the right to accept or reject any or all suggestions. 2.7

Previous Communications between Government and Bidder

This document contains the entire requirements and objectives relating to this Request for Proposal (RFP). Other information and/or documentation provided to or obtained by the Bidder from any source prior to the date of this RFP shall have no force or effect. 2.8

Amendments to this Request for Proposal (RFP)

Any amendments to this RFP will be issued by the Contracting Authority ONLY and in writing. 2.9

Cost of Preparing Proposals (a)

This RFP is not to be construed as directing the Bidder to enter into any work, which results in the accrual of any financial liability or other indebtedness by Canada. The costs associated with any effort expended or committed by the Bidder in preparing, submitting, clarifying, substantiating, demonstrating and/or proof of proposal testing, is to be solely to the Bidder’s account even if a Contract is not awarded.

(b)

The rejection of any or all proposals shall not render Canada liable for any costs or damages. Nor shall Canada be liable for any penalty or cost should Canada alter the closing date or cancel the process entirely.

(c)

No costs incurred by the Bidder before receipt of a signed contract or specified written authorization from the Contracting Authority can be charged to any resultant contract.

.

Page 7

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

PART 3 - BID PREPARATION INSTRUCTIONS 3.1

Bid Preparation Instructions (a)

Copies of Bid: Canada requests that Bidders provide their bid in separately bound sections as follows: (i)

Section I: Technical Bid (1 hard copy and 1 soft copy on CD/DVD)

(ii)

Section II: Management Bid (1 hard copy and 1 soft copy on CD/DVD)

(iii)

Section III: Financial Bid (1 hard copy and 1 soft copy on CD/DVD)

In addition to the number of copies required above, Canada requests that Bidders provide additional copies of their bid as follows: Section I: Technical Bid (2 hard copies and 5 soft copies on CD/DVD) Section II: Management Bid (2 hard copies and 7 soft copy on CD/DVD) Section III: Financial Bid (1 soft copy on CD/DVD) (iv)

Section IV: Certifications (1 hard copy and 1 soft copy on CD/DVD)

If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy. Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid. (b)

(c)

(d)

Format for Bid: Canada requests that Bidders follow the format instructions described below in the preparation of their bid: (i)

use 8.5 x 14 inch Legal Size paper;

(ii)

use a numbering system that corresponds to the bid solicitation;

(iii)

include a title page at the front of each volume of the bid that includes the title, date, bid solicitation number, Bidder's name and address and contact information of its representative; and

(iv)

Include a table of contents.

Canada's Policy on Green Procurement: In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process. See the Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policyeng.html). To assist Canada in reaching its objectives, Bidders should: (i)

use paper containing fibre certified as originating from a sustainably-managed forest and/or containing a minimum of 30% recycled content; and

(ii)

use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, and using staples or clips instead of cerlox, duotangs or binders.

Submission of Only One Bid: (i)

A Bidder, including related entities, will be permitted to submit only one bid in response to this bid solicitation. If a Bidder or any related entities participate in more than one bid (participating means being part of the Bidder, not being a subcontractor), Canada will choose in its discretion which bid to consider.

(ii)

For the purposes of this Article, regardless of the jurisdiction where any of the entities concerned is incorporated or otherwise formed as a matter of law (whether that entity Is a natural person, corporation, partnership, etc), an entity will be considered to be "related" to a Bidder if: (A)

they are the same legal entity (i.e., the same natural person, corporation, partnership, limited liability partnership, etc.);

Page 8

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

002ee

Client Ref. No. - N° de réf. du client

(iii) (e)

Buyer ID - Id de l'acheteur

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

(B)

they are "related persons" or "affiliated persons" according to the Canada Income Tax Act;

(C)

the entities have now or in the two years before bid closing had a fiduciary relationship with one another (either as a result of an agency arrangement or any other form of fiduciary relationship); or

(D)

the entities otherwise do not deal with one another at arm's length, or each of them does not deal at arm's length with the same third party.

Individual members of a joint venture cannot participate in another bid, either by submitting a bid alone or by participating in another joint venture.

Joint Venture Experience: (i)

Where the Bidder is a joint venture with existing experience as that joint venture, it may submit the experience that it has obtained as that joint venture. Example: A Bidder is a joint venture consisting of members L and O. A bid solicitation requires that the Bidder demonstrate experience providing maintenance and help desk services for a period of 24 months to a customer with at least 10,000 users. As a joint venture (consisting of members L and O), the Bidder has previously done the work. This Bidder can use this experience to meet the requirement. If member L obtained this experience while in a joint venture with a third party N, however, that experience cannot be used because the third party N is not part of the joint venture that is bidding.

(ii)

A joint venture Bidder may rely on the experience of one of its members to meet any given technical criterion of this bid solicitation. Example: A Bidder is a joint venture consisting of members X, Y and Z. If a solicitation requires: (a) that the Bidder have 3 years of experience providing maintenance service, and (b) that the Bidder have 2 years of experience integrating hardware with complex networks, then each of these two requirements can be met by a different member of the joint venture. However, for a single criterion, such as the requirement for 3 years of experience providing maintenance services, the Bidder cannot indicate that each of members X, Y and Z has one year of experience, totaling 3 years. Such a response would be declared non-responsive.

(iii)

Joint venture members cannot pool their abilities with other joint venture members to satisfy a single technical criterion of this bid solicitation. However, a joint venture member can pool its individual experience with the experience of the joint venture itself. Wherever substantiation of a criterion is required, the Bidder is requested to indicate which joint venture member satisfies the requirement. If the Bidder has not identified which joint venture member satisfies the requirement, the Contracting Authority will provide an opportunity to the Bidder to submit this information during the evaluation period. If the Bidder does not submitted this information within the period set by the Contracting Authority, its bid will be declared nonresponsive. Example: A Bidder is a joint venture consisting of members A and B. If a bid solicitation requires that the Bidder demonstrate experience providing resources for a minimum number of 100 billable days, the Bidder may demonstrate that experience by submitting either: x x x x x

Contracts all signed by A; Contracts all signed by B; or Contracts all signed by A and B in joint venture, or Contracts signed by A and contracts signed by A and B in joint venture, or Contracts signed by B and contracts signed by A and B in joint venture.

That show in total 100 billable days. (iv)

3.2

Any Bidder with questions regarding the way in which a joint venture bid will be evaluated should raise such questions through the Enquiries process as early as possible during the bid solicitation period.

Section I: Technical Bid (a)

In their technical bid, Bidders should demonstrate their understanding of the requirements contained in the bid solicitation and explain how they will meet these requirements. Bidders should demonstrate their capability and describe how they will meet the requirements in a thorough, concise and clear manner for carrying out the work.

Page 9

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

(b)

The technical bid should address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the bid will be evaluated. Simply repeating the Software Requirements Specification contained in the bid solicitation is not sufficient. In order to facilitate the evaluation of the bid, Canada requests that Bidders address and present topics in the order of the evaluation criteria under the same headings. To avoid duplication, Bidders may refer to different sections of their bids by identifying the specific paragraph and page number where the subject topic has already been addressed.

(c)

References in a bid to additional information not submitted with the bid, such as:

(i)

technical manuals or brochures not submitted with the bid; and,

(ii)

existing standing offers, supply arrangements and contracts with the Government of Canada,

will not be considered and, therefore, references to them in response to any mandatory requirement may result in the bid being declared non-responsive. (d)

For the experience criteria Canada will accept experience from the contractor and any proposed subcontractors

(e)

For each experience criteria the Bidder must provide:

(f)

3.3

(i)

A description of at least one (1) customer implementation

(ii)

The first name, last name, phone number, and e-mail address of two (2) references for Statistics Canada to contact for each customer implementation submitted.

The Bidder's Technical Bid must include, as a minimum, the following: (i)

one (1) copy of Page 1 of this RFP, signed and dated by an authorized representative of the Bidder;

(ii)

Substantiation of Technical Compliance Form: The Substantiation of Technical Compliance Form, Part 3, Attachment 3.1, completed by the Bidder. The technical bid must substantiate the compliance of the Bidder and its proposed solution with the specific articles of Annex A (Software Requirement Specifications) identified in the Substantiation of Technical Compliance Form, Part 3, Attachment 3.1, which is the requested format for providing the substantiation. The Substantiation of Technical Compliance Form is not required to address any parts of this bid solicitation not referenced in the form. The substantiation must not simply be a repetition of the requirement(s), but must explain and demonstrate how the Bidder will meet the requirements and carry out the required Work. Simply stating that the Bidder or its proposed solution or product complies is not sufficient. Where Canada determines that the substantiation is not complete, the Bidder will be declared non-responsive and disqualified. The substantiation may refer to additional documentation submitted with the bid - this information can be referenced in the “Reference to additional Substantiating Materials included in Bid” column of the Substantiation of Technical Compliance Form, where Bidders are requested to indicate where in the bid the reference material can be found, including the title of the document, and the page and paragraph numbers; where the reference is not sufficiently precise, Canada may request that the Bidder direct Canada to the appropriate location in the documentation;

(iii)

Bid Submission Form: Substantiation of Technical Compliance Form, where Bidders are requested to indicate where in the bid the reference material can be found, including the title of the document, and the page and paragraph numbers; where the reference is not sufficiently precise, Canada may request that the Bidder direct Canada to the appropriate location in the documentation;

(iv)

Delivery Schedule: Bidders must provide their proposed delivery dates for the items as per, Schedule for Deliverables/Services found in the SRS.

Section II: Management Bid (a)

For the Management Bid Bidders must demonstrate their capability and describe how they will meet the requirements in a thorough, concise and clear manner for carrying out the work. The bidder must demonstrate their understanding of the solution that Statistics Canada is requesting in both writing and a formal presentation. The formal presentation should be recorded and supplied on DVD along with the written proposal. The presentation can be up to a maximum of two (2) hours in length. The proposal/presentation should cover the topics outlined in section 4.3.

Page 10

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

(b) 3.4

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

The production quality of the video presentation will not be evaluated. Rather ratings will be based on the information presented. Section III: Financial Bid

(a)

Pricing: Bidders must submit their financial bid in accordance with the Basis of Payment in Annex B without any conditions, assumptions, restrictions or otherwise. Any financial proposal that purports to restrict the way in which the Crown acquires goods or services under the resulting contract, with the exception of those limitations that are expressly set out in this bid solicitation, will be treated as being non-responsive and the Bidder’s bid will be given no further consideration. The total amount of Goods and Services Tax or Harmonized Sales Tax must be shown separately, if applicable. Unless otherwise indicated, Bidders must include a single, firm, all-inclusive price quoted in Canadian dollars in each cell requiring an entry in the pricing tables.

(b)

Variation in Resource Rates By Time Period: For any given resource category, where the financial tables provided by Canada allow different firm rates to be charged for a resource category during different time periods: (i)

the rate bid must not increase by more than 3% from one time period to the next, and

(ii)

the rate bid for the same resource category during any subsequent time period must not be lower than the rate bid for the time period that includes the first month of the Initial Contract Period.

(c)

All Costs to be Included: The financial bid must include all costs for the requirement described in the bid solicitation for the entire Contract Period, including any option to extend the Contract Period. The identification of all necessary equipment, software, peripherals, cabling and components required to meet the requirements of the bid solicitation and the associated costs of these items is the sole responsibility of the Bidder.

(d)

Blank Prices: Bidders are requested to insert "$0.00" for any item for which it does not intend to charge or for items that are already included in other prices set out in the tables. If the Bidder leaves any price blank, Canada will treat the price as "$0.00" for evaluation purposes and may request that the Bidder confirm that the price is, in fact, $0.00. No Bidder will be permitted to add or change a price as part of this confirmation. Any Bidder who does not confirm that the price for a blank item is $0.00 will be declared non-responsive. Exchange Rate Fluctuation: The requirement does not provide for exchange rate fluctuation protection. Any request for exchange rate fluctuation protection will not be considered and will render the bid non-responsive.

3.5

Section IV: Certifications

It is a requirement that Bidders submit the certifications required under Part 5.

Page 11

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1 (a)

(b)

Evaluation Procedures Bids will be assessed in accordance with the entire requirement of the bid solicitation including the Bidder experience, technical, solution proposal and financial evaluation criteria. There are several steps in the evaluation process, which are described below. Even though the evaluation and selection will be conducted in steps, the fact that Canada has proceeded to a later step does not mean that Canada has conclusively determined that the Bidder has successfully passed all the previous steps. Canada may conduct steps of the evaluation in parallel. An evaluation team composed of representatives of the Client (Statistics Canada) and Public Works will evaluate the bids on behalf of Canada. Canada may hire any independent consultant, or use any Government resources, to evaluate any bid. Not all members of the evaluation team will necessarily participate in all aspects of the evaluation. The Evaluation Process and Bidder Selection is subdivided into 6 steps:

(c)

(i)

Mandatory Technical Requirements

(ii)

Point Rated Technical Requirements

(iii)

Management Bid Point Rated

(iv)

Financial Evaluation

(v)

Ranking of the Bidders

(vi)

Bidder Recommendation

In addition to any other time periods established in the bid solicitation: (i)

Requests for Clarifications: If Canada seeks clarification or verification from the Bidder about its bid, the Bidder will have 2 working days to provide the necessary information to Canada. Failure to meet this deadline will result in the bid being declared non-responsive.

(ii)

Requests for Further Information: If Canada requires additional information in order to do any of the following pursuant to the Section entitled "Conduct of Evaluation" in 2003, Standard Instructions - Goods or Services - Competitive Requirements: (A)

verify any or all information provided by the Bidder in its bid; or

(B)

contact any or all references supplied by the Bidder (e.g., references named in the résumés of individual resources) to verify and validate any information submitted by the Bidder, the Bidder must provide the information requested by Canada within 2 working days of a request by the Contracting Authority.

(iii)

4.2

Extension of Time: If additional time is required by the Bidder, the Contracting Authority may grant an extension in his or her sole discretion.

Technical Evaluation

For the purpose of the technical evaluation, Bidders must submit either an explanation of how the requirement is met, technical documentation or a design diagram(s) as specified within each requirement. The information provided will be used to substantiate the Bidder's compliance to the mandatory criteria listed in the Substantiation of Technical Compliance Form, Part 3, Attachment 3.1. In most cases this will require a specific reference to a section, figure, or test results contained in supporting documentation submitted. This supporting documentation must contain sufficient amplifying details and/or explanations to prove to the evaluation team the requirements have been met. 4.2.1 (a)

Mandatory Technical Criteria

Each bid will be reviewed for compliance with the mandatory technical requirements of the bid solicitation. All elements of the bid solicitation that are mandatory technical requirements are identified specifically with the words “MUST” or “mandatory”. Bids that do not comply with each and every mandatory requirement will be considered non-responsive and be disqualified.

Page 12

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

002ee

Client Ref. No. - N° de réf. du client

(b)

4.3

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

The mandatory technical criteria are described in section 5.4.1 of the SRS. 4.2.2

(a)

Buyer ID - Id de l'acheteur

Point-Rated Technical Criteria

Each bid will be rated by assigning a score to the rated requirements, which are identified in the bid solicitation by the word "SHOULD" or by reference to a score. Bidders who fail to submit complete bids with all the information requested by this bid solicitation will be rated accordingly. The point-rated technical criteria are described in section 5.4.3 in the SRS. Management Bid

Based on the requirements described in the SRS annex, the bidder must demonstrate their understanding of the solution that Statistics Canada is requesting in both writing and a formal presentation. The proposals and presentations will be evaluated by the Client’s evaluation team. The proposals and presentation should describe the bidders proposed solution specifically addressing or presenting: (a)

Company information including background information and their technical support offerings. This should include an overview of the Bidder and any subbidders, and/or authorized agents of the Bidder that would be involved in the performance of the Work on the Bidder’s behalf. The Bidder is requested to provide a brief description of its size, corporate structure, and number of years in business, business activities, major customers, number of employees and their geographic presence. This information is requested for information purposes only and will not be evaluated.

(b)

All assumptions the Bidder is making in their response.

(c)

The technical architecture of the proposed solution.

(d)

The thirty (30) high level requirements in the SRS annex. (i)

Particular attention should also be placed on any particular features of the solution that Statistics Canada has requested within SRS annex to be either demonstrated or explained as part of the Management Bid.

(e)

The Bidder must also clearly describe which point rated requirements they have included in their proposed solution that impact on the design and why.

(f)

Highlight areas of innovation.

(g)

The suggested data model and the process to update information or data.

(h)

A description on how the solution will be implemented.

(i)

A preliminary/draft/proposed project plan. (i)

The bidder must describe which Solution Based Requirements still need to be built.

(j)

The proposed knowledge transfer program.

(k)

A risk management plan.

(l)

How the solution can be adapted in the future.

Page 13

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Management Bid The Bidder’s response should be complete in content, well organized, easy to understand. The Bidder should describe their company and their ability to deliver on this RFP. This should include a description of the resources available to them and how they are organized. Based on the requirements described in this annex, the Bidder should demonstrate their understanding of what Statistics Canada is looking for. The Bidders will be asked to present their proposed solution to the evaluation team. Based on the Bidders proposal the evaluation team will determine how easily and efficiently the proposed solution would enable an end user to answer the following four questions: x x x x

What are the top ten ethnic origins reported in each of the CMAs of Montreal, Ottawa-Gatineau, Toronto, Calgary, and Vancouver? What are the top 10 municipalities where a language other than English or French is spoken most often at home? How does the average age for my municipality compare to that of the province or that of Canada? Is there a relationship between level of education attainment and average income in any given municipality?

The Bidder should address all thirty (30) of the high level requirements (section 5.1) contained in the SRS annex. The Bidder should describe areas of innovation in their design. The Bidder must provide a proposed data model to address the information needs of this project. The model should be efficient. Efficient in this context is defined as easy to implement, and allow updates to the data in a straightforward way. The proposed data model will be evaluated by Statistics Canada. The Bidder should present a preliminary project plan.

60 pts - Outstanding: Demonstrates full understanding; Innovative; Exceeds requirements; data model is easy to implement and addresses all of the needs; Comprehensive and complete in all the details; Plan makes sense; Knowledge transfer program is complete; Can be easily adapted in the future. 40 pts – Good: Meets all minimum requirements; data model is not easy to implement but addresses all of the needs; demonstrates partial understanding; lack of innovation and adaptability; Plans are good. 20 pts – Fair: Misses some requirements; data model is not easy to implement and does not address all of the needs; demonstrates partial understanding; some detail missing; no innovation and no future adaptability; Plans are lacking detail.

The Bidder should describe the number of requirements that still need to be developed. The Bidder should present a plan on how they will manage any risks (actual and residual). The Bidder should present a knowledge transfer program to ensure Statistics Canada IT staff are trained on technical aspects of the solution.

0 pts – Non-responsive: Incomplete proposal, no understanding or answers to requirements have not been presented.

The Bidder should describe how the solution can be adapted in the future to allow for new requirements and innovation. Minimum Points Required

20

Page 14

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

4.4

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Financial Evaluation (a)

The financial evaluation will be conducted by calculating the Total Bid Price (TBP) using the Pricing Tables of Annex B, Basis of Payment, completed by the Bidders.

(b)

Formulae in Pricing Tables If the pricing tables provided to Bidders include any formulae, Canada may re-input the prices provided by Bidders into a fresh table, if Canada believes that the formulae may no longer be functioning properly in the version submitted by a Bidder.

(c)

Substantiation of Professional Services Rates In Canada's experience, Bidders will from time to time propose rates at the time of bidding for one or more categories of resources that they later refuse to honour, on the basis that these rates do not allow them to recover their own costs and/or make a profit. When evaluating the rates bid for professional services, Canada may, but will have no obligation to, require price support in accordance with this Article. If Canada requests price support, it will be requested from all otherwise responsive Bidders who have proposed a rate that is at least 20% lower than the median rate bid by all responsive Bidders for the relevant resource category or categories. If Canada requests price support, the Bidder must provide the following information: (i)

an invoice (referencing a contract serial number or other unique contract identifier) that shows that the Bidder has provided and invoiced a customer (with whom the Bidder deals at arm's length) for services performed for that customer similar to the services that would be provided in the relevant resource category, where those services were provided for at least three months within the twelve months before the bid solicitation closing date, and the fees charged were equal to or less than the rate offered to Canada;

(ii)

in relation to the invoice in (i), evidence from the Bidder's customer that the services identified in the invoice include at least 50% of the tasks listed in the Software Requirements Specification for the category of resource being assessed for an unreasonably low rate. This evidence must consist of either a copy of the contract (which must describe the services to be provided and demonstrate that at least 50% of the tasks to be performed are the same as those to be performed under the Software Requirements Specification in this bid solicitation) or the customer's signed certification that the services subject to the charges in the invoice included at least 50% of the same tasks to be performed under the Software Requirement Specifications of Requirement in this bid solicitation;

(iii)

in respect of each contract for which an invoice is submitted as substantiation, a résumé for the resource that provided the services under that contract that demonstrates that, in relation to the resource category for which the rates are being substantiated, the resource would meet the mandatory requirements and achieve any required pass mark for any rated criteria; and

(iv)

the name, telephone number and, if available, e-mail address of a contact person at the customer who received each invoice submitted under (i), so that Canada may verify any information provided by the Bidder.

Once Canada requests substantiation of the rates bid for any resource category, it is the sole responsibility of the Bidder to submit information (as described above and as otherwise may be requested by Canada, including information that would allow Canada to verify information with the resource proposed) that will allow Canada to determine whether it can rely, with confidence, on the Bidder's ability to provide the required services at the rates bid. If Canada determines that the information provided by the Bidder does not adequately substantiate the unreasonably low rates, the bid will be declared non-responsive. 4.5

Basis of Selection (a)

A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The responsive bid with the Highest Responsive Combined Rating of Technical Merit (Point Rated requirements and Management Bid) and Price using the Pricing Tables of the Annex B, Basis of Payment, completed by the Bidders will be recommended for award of a contract.

(b)

To be declared responsive, a bid must: (i)

comply with all the requirements of the bid solicitation; and

(ii)

meet all mandatory criteria; and

Page 15

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

002ee

Client Ref. No. - N° de réf. du client

(iii)

Buyer ID - Id de l'acheteur

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

obtain the required minimum of 20 points for the Management Bid which is subject to a point rating. The rating is performed on a scale of 60 points.

(c)

Bids not meeting (i) or (ii) or (iii) will be declared non-responsive.

(d)

The selection will be based on the highest responsive combined rating of technical merit and price. The total available points is 200. The ratio will be 60% for the technical merit (Point Rated requirements and Management Bid) and 40% for the price.

(e)

To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 60%

(f)

To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 40%.

(g)

For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.

(h)

Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.

The table below illustrates an example where all three bids are responsive and the selection of the contractor is determined by a 60/40 ratio of technical merit and price, respectively. In this example the total available points equals 135 and the lowest evaluated price is $45,000 (45).

Example - Basis of Selection - Highest Combined Rating Technical Merit (60%) and Price (40%)

Bidder 1

Overall Technical Score

Bid Evaluated Price

Bidder 2

Bidder 3

115/135

89/135

92/135

$55,000.00

$50,000.00

$45,000.00

115/135 x 60 = 51.11

89/135 x 60 = 39.56

92/135 x 60 = 40.89

45/55 x 40 = 32.73

45/50 x 40 = 36.00

45/45 x 40 = 40.00

83.84

75.56

80.89

1st

3rd

2nd

Technical Merit Score Calculations Pricing Score

Combined Rating Overall Rating

(i)

If more than one compliant bid is ranked first because of identical Combined Rating of Technical Merit and Price, then the Bidder with the earliest proposed delivery date for item 01 of, Schedule for Deliverables/Services found in the SRS, will become the top-ranked bid.

Bidders should note that all contract awards are subject to Canada's internal approvals process, which includes a requirement to approve funding in the amount of any proposed contract. Despite the fact that the Bidder may have been recommended for contract award, a contract will only be awarded if internal approval is granted according to Canada's internal policies. If approval is not granted, no contract will be awarded.

Page 16

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

PART 5 - CERTIFICATIONS AND ADDITIONAL INFORMATION Bidders must provide the required certifications and additional information to be awarded a contract. The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Canada will declare a bid non-responsive, or will declare a bidder in default if any certification made by the Bidder is found to be untrue, whether made knowingly or unknowingly, during the bid evaluation period or during the contract period. The Contracting Authority will have the right to ask for additional information to verify the Bidder's certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract. 5.1

Certifications Required with Bid

Bidders must submit the following duly completed certifications as part of their bid. (a)

Declaration of Convicted Offences As applicable, pursuant to subsection Declaration of Convicted Offences of section 01 of the Standard Instructions, the Bidder must provide with its bid, the completed Declaration Form (PWGSC-TPSGC (12/2015), Attachment 5.2, Declaration of Convicted Offences, to be given further consideration in the procurement process.

5.2

Certifications Required Precedent to Contract Award (a)

Integrity Provisions – List of Names Bidders who are incorporated, including those bidding as a joint venture, must provide a complete list of names of all individuals who are currently directors of the Bidder. Bidders bidding as sole proprietorship, as well as those bidding as a joint venture, must provide the names of the owner(s). Bidders must complete the Integrity Provisions – List of Names form, Attachment 5.3 precedent to Contract Award. Bidders bidding as societies, firms or partnerships do not need to provide lists of names.

(b)

Federal Contractors Program for Employment Equity - Bid Certification By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Employment and Social Development Canada (ESDC) - Labour's website. Canada will have the right to declare a bid non-responsive if the Contractor, or any member of the Contractor if the Contractor is a Joint Venture, appears on the "FCP Limited Eligibility to Bid" list at the time of contract award. Canada will also have the right to terminate the Contract for default if a Contractor, or any member of the Contractor if the Contractor is a Joint Venture, appears on the "FCP Limited Eligibility to Bid" list during the period of the Contract. The Contractor must provide the Contracting Authority with a completed Federal Contractors Program for Employment Equity - Certification, Attachment 5.1, before contract award. If the Contractor is a Joint Venture, the Contractor must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, for each member of the Joint Venture.

(c)

Content Publisher Certification and Content Publisher Authorization (i)

If the Bidder is the Software Publisher for any of the proprietary software products it bids, Canada requires that the Bidder confirm in writing that it is the Software Publisher. Bidders are requested to use the Software Publisher Certification Form included with the bid solicitation. Although all the contents of the Software Publisher Certification Form are required, using the form itself to provide this information is not mandatory. For bidders who use an alternate form, it is in Canada's sole discretion to determine whether all the required information has been provided. Alterations to the statements in the form may result in the bid being declared non-responsive.

(ii)

Any Bidder that is not the Software Publisher of all the proprietary software products proposed in its bid is required to submit proof of the Software Publisher's authorization, which must be signed by the Software Publisher (not the Bidder). No Contract will be awarded to

Page 17

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

a Bidder who is not the Software Publisher of all of the proprietary software it proposes to supply to Canada, unless proof of this authorization has been provided to Canada. If the proprietary software proposed by the Bidder originates with multiple Software Publishers, authorization is required from each Software Publisher. Bidders are requested to use the Software Publisher Authorization Form included with the bid solicitation. Although all the contents of the Software Publisher Authorization Form are required, using the form itself to provide this information is not mandatory. For Bidders/Software Publishers who use an alternate form, it is in Canada's sole discretion to determine whether all the required information has been provided. Alterations to the statements in the form may result in the bid being declared non-responsive. (iii)

In this bid solicitation, "Software Publisher" means the owner of the copyright in any software products proposed in the bid, who has the right to license (and authorize others to license/sub-license) its software products.

Page 18

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS 6.1

Security Requirement This document is UNCLASSIFIED, however; (a)

The Bidder shall treat as confidential, during as well as after the performance of the services contracted for, any information of the affairs of Canada of a confidential nature to which its servants or agents become privy;

(b)

Bidder personnel requiring casual access to the installation site do not require a security clearance but must be escorted at all times.

6.2

Financial Capability (a)

SACC Manual clause A9033T (2012-07-16) Financial Capability; except that subsection 3 is deleted and replaced with the following: “If the Bidder is a subsidiary of another company, then any financial information required by the Contracting Authority in 1(a) to (f) must be provided by each level of parent company, up to and including the ultimate parent company. The financial information of a parent company does not satisfy the requirement for the provision of the financial information of the Bidder; however, if the Bidder is a subsidiary of a company and, in the normal course of business, the required financial information is not generated separately for the subsidiary, the financial information of the parent company must be provided. If Canada determines that the Bidder is not financially capable but the parent company is, or if Canada is unable to perform a separate assessment of the Bidder’s financial capability because its financial information has been combined with its parent’s, Canada may, in its sole discretion, award the contract to the Bidder on the condition that the parent company grant a performance guarantee to Canada.

(b)

In the case of a joint venture Bidder, each member of the joint venture must meet the financial capability requirements.

Page 19

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

PART 7 -

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation. 7.1

Requirement

(a) __________________________________ (the “Contractor”) agrees to supply to the Client the goods and services described in the Contract, including the Software Requirement Specifications (SRS), in accordance with, and at the prices set out in, the Contract. This includes: (i)

granting a non-exclusive, perpetual Entity License for “Visually Statistically Intelligent Adaptive Data Viewing Solution “(hereinafter also referred to as the Licensed Content and where the context requires) to use the Licensed Software, make copies and distribute for the initial requirement of Census Project 2016; without restrictions as described in the Contract, which is subject to a Content Warranty Period of 12 months upon acceptance of the Licensed Software.

(ii)

Including software maintenance and support;

(iii)

providing licensed documentation for the Licensed Software (which includes warranty and delivery) for the initial requirement;

(iv)

providing professional services, “As-and-When” requested by Canada;

(all of which shall be hereinafter collectively referred to as the “Licensed Software”) all in accordance with the requirement described in this Contract, including the Software Requirement Specifications of Requirement. The Contractor shall ensure, throughout the Period of the Contract that the Licensed Software functions in accordance with and meets the requirements described in the Software Requirement Specifications (SRS) and provides the functionality described in the Contractor’s bid in response to the bid solicitation resulting in this Contract. (b)

Reorganization of Client: The Contractor's obligation to perform the Work will not be affected by (and no additional fees will be payable as a result of) the renaming, reorganization, reconfiguration, or restructuring of any Client. The reorganization, reconfiguration and restructuring of the Client includes the privatization of the Client, its merger with another entity, or its dissolution, where that dissolution is followed by the creation of another entity or entities with mandates similar to the original Client.

(c)

Defined Terms: Words and expressions defined in the General Conditions or Supplemental General Conditions and used in the Contract have the meanings given to them in the General Conditions or Supplemental General Conditions. Also, the following words and expressions have the following meanings: any reference to a “deliverable” or “deliverables” includes the license to use the Licensed Content (the Licensed Content itself is not a deliverable, because the Licensed Content is only being licensed under the Contract, not sold or transferred). 7.2

Optional Goods and/or Services

(a)

The Contractor grants to Canada the irrevocable option to acquire, on an “As-and-When” requested basis, additional (nine) 9 optional years of goods and maintenance and support (see Annex B, Basis of Payment) and to access and use the Licensed Software at any time during the Contract Period and any extension thereof, under the same terms and conditions and at the prices and/or rates stated in, Annex B, Basis of Payment. The option(s) may only be exercised by the Contracting Authority by notice in writing and will be evidenced, for administrative purposes only, through a contract amendment.

(b)

Canada reserves the right to add, modify or remove any requirement as required technically and operationally.

(c)

The Contracting Authority may exercise the option(s) at any time before the expiry of the Contract by sending a written notice to the Contractor.

(d)

The Contractor shall provide professional services, on an “As-and-When” requested basis, in support of the requirements of the SRS. These services may be ordered by the Contracting Authority or Client Administrative Contact at any time during the Contract Period or any extension thereof, in accordance with the Task Authorization process established in the Contract, and will be paid in accordance with Annex B, Basis of Payment. 7.3

Licensed Software (a)

Licensed Software: The Contractor must provide the Licensed Software described in the Contract. The Licensed Software means all the software, including but not limited to providing the PDF preview file of the software license documentation, Quality Assurance Report, any and all data, as applicable, described in the Software Requirement Specifications (SRS). The Licensed Software,

Page 20

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

which includes everything described in this article, as well as anything further required to ensure that the Client is able to use all the features and functionality of the Licensed Software. (b)

Words and expressions defined in the General Conditions and used in these supplemental general conditions have the meanings given to them in the General Conditions unless provided otherwise. If the General Conditions contain sections entitled "Ownership" and "Warranty", those sections do not apply to the Licensed Content and the Media. Instead, the ownership and warranty provisions in these supplemental general conditions apply to the Licensed Content and the Media.

(c)

The Contractor grants to Canada a non-exclusive license to use and reproduce the Licensed Content in accordance with the conditions of the Contract.

(d)

Canada acknowledges that ownership of the Licensed Content belongs to the Contractor or its licensor and is not transferred to Canada. As a result, any reference in the Contract to any part of Licensed Content as a deliverable must be interpreted as a reference to the license to use that Licensed Content, not to own the Licensed Content.

(e)

Canada acknowledges that, in performing any warranty, maintenance, support and professional services related to the Licensed Content (if required under the Contract), the Contractor and its employees, agents, and subcontractors may develop and share with Canada ideas, know-how, teaching techniques and other intellectual property. Unless otherwise provided in the Contract, ownership to that intellectual property will remain with the Contractor. As long as the Contractor at all times observes the confidentiality provisions of the Contract, the Contractor will be entitled to use that intellectual property for whatever purposes it sees fit, including in the services it provides to its other customers, on the condition that Canada also has the right to use that intellectual property for its own business purposes at no additional cost. The Contractor agrees that all data, know-how or other intellectual property created or owned by Canada will remain the property of Canada, regardless of whether that data is created, processed, or stored using the Licensed Content.

(f)

Unless provided otherwise in the Contract, an "Entity License" entitles the Client to use the Licensed Content for government purposes throughout the entity in association with any number of Devices or by any number of Users. The Entity License allows the Client to use the Licensed Content in whole or in part, unrestricted by the number or type of Users, data, documents and/or transactions a Client or a User may be using or processing at any time, or the location of the Device.

(g)

Copyright in the Content Documentation will not be owned by or transferred to Canada. However, Canada has the right to use the Content Documentation and may, for its own internal purposes, copy it for use by individuals using or supporting the Licensed Content, as long as Canada includes any copyright and/or proprietary right notice that was part of the original document in any copy. The Contractor guarantees that the Content Documentation contains enough detail to permit a User to access, install, copy, deploy, test and use all features of the Licensed Content. If the Content Documentation is available in both of the two official languages of Canada, the Contractor must deliver it in both French and English. If the Content Documentation is only available in either English or French, it may be delivered in that language; however, Canada then has the right to translate it. Canada owns any translation and is under no obligation to provide it to the Contractor. Canada will include any copyright and/or proprietary right notice that was part of the original document in any translation. The Contractor is not responsible for technical errors that arise as a result of any translation made by Canada. The Contractor must deliver the Licensed Content to Canada on CD/DVD. The Contractor agrees that Canada may distribute the Licensed Content to Users on Canada's choice of Media. The Contractor also guarantees that the Media, as supplied by the Contractor, will be free from computer viruses. Canada will own the Media once it has been delivered to and accepted by or on behalf of Canada.

(h)

Canada's license to use the Licensed Software is a Perpetual Entity License, regardless of any termination of the Contract by mutual consent, for the convenience of Canada or for default of the Contractor, as long as Canada has paid for the license to the Licensed Content. The Contractor may terminate Canada's license with respect to the Licensed Content by giving the Contracting Authority written notice to that effect if Canada is in breach of its license with respect to the Licensed Content, or fails to pay for the license in accordance with the Contract, and if that breach continues for a period of thirty (30) days after the Contracting Authority receives written notice from the Contractor giving particulars of the breach.

(i)

The Contractor guarantees that it has the right to license the Licensed Software and full power and authority to grant to Canada all the rights granted under the Contract. The Contractor also guarantees that all necessary consents to that grant have been obtained. Canada agrees that its only remedy and the Contractor's entire obligations in relation to a breach of this guarantee are the remedies and obligations set out in the section entitled "Intellectual Property Infringement and

Page 21

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Royalties" contained in the General Conditions or in the Articles of Agreement, as the case may be. The Parties agree that only the conditions that expressly form part of the Contract by being written out in full in the Articles of Agreement or an annex to the Contract listed in the Priority of Documents section in the Articles of Agreement form part of the Contract. Any conditions accompanying or enclosed with the Licensed Content, if any, do not form part of the Contract and, therefore, are not part of Canada's license and do not affect the rights of the Parties in any way. The Contractor agrees that in no event will Canada or any Client or User be required to enter into any additional license agreement with respect to the Licensed Content or any portion of it. The Contractor acknowledges that any additional license agreement relating to the Licensed Software signed by anyone other than the Contracting Authority is void and of no effect. Canada is not bound by and does not accept any "shrink-through" conditions or any other conditions, express or implied, that are contained in or on the content packaging or conditions that may accompany the content in any manner, regardless of any notification to the contrary. (j)

Canada will be the owner of any modifications contemplated in this clause, but will obtain no ownership interest in the Licensed Software, and any portion of the Licensed Content contained in those modifications will remain subject to the conditions of Canada's license. The Contractor must not incorporate any such modifications into its content for distribution to third parties unless Canada has granted the necessary distribution rights to the Contractor under a written license agreement. The provisions of this section do not prevent the Contractor or its third-party licensors from independently developing modifications. Unless provided otherwise in the Contract, Canada agrees not to reverse engineer the Licensed Content.

(k)

Option to Purchase Additional Software Licenses/ Software: The Contractor grants to Canada the irrevocable option to purchase additional licenses (see Annex B, Basis of Payment) at the price set out in Annex B on the same terms and conditions granted under the Contract, within the scope of the Contract. This option may be exercised at any time during the Contract Period, as many times as Canada chooses. This option may only be exercised by the Contracting Authority by notice in writing and will be evidenced, for administrative purposes only, by a contract amendment.

(l)

Grant of Licenses: The Contractor grants to Canada the rights to use the Licensed Software in accordance with the Contract. This license is non-exclusive, perpetual, irrevocable, world-wide, fully paid and without royalties. The license cannot be restricted, modified or revised in any way by the Contractor. This license includes the right for Canada to install, copy, deploy and use the Licensed Software, which includes the rights: i.

to deploy, in whole or in part, any or all of the content products that form part of the Licensed Software, together or separately, and in as many installations and locations (off-site workplaces or work environments “in the field”, and in-home work environments for the Client's business purposes) as the Client sees fit;

ii.

to distribute all licenses within Statistics Canada without restriction;

iii.

to modify the license provided and to produce derivative works. Such work may be performed by third party contractors. In the case that modifications are made by a third party, the intellectual property rights granted to that third party will include those elements of the new model, which are completely independent (separable) from the original model. The intellectual property rights for the original model, provided as background information, remain with its original creator;

iv.

to reproduce, modify, improve, develop or translate the Foreground and Background Information or have it done by a third party hired by Canada. Canada, or a person designated by Canada, will own the Intellectual Property Rights associated with the reproduction, modification, improvement, development or translation;

v.

to use, make copies of, and distribute all licenses to other Government of Canada departments that have Statistics Canada participation. Under such circumstances, and a usage agreement would be produced and signed by the receiving party prior to delivery of any data. This usage agreement would stipulate that the content being provided is for exclusive use in the identified event and that return to Statistics Canada is required along with the destruction of any copies.

vi.

to create or process an unlimited number of documents, transactions, data and events;

vii.

to use English versions, and French if available;

Page 22

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

viii.

to run the Licensed Software on multiple computing platforms and devices; under the Contract, “devices” are defined as mainframes, servers, desktops, workstations, notebooks, laptops, personal digital assistant(s) and networking equipment and peripheral equipment such as switches, routers, hubs, bridges, phones and Gateways, and any other equipment that has a central processor unit(s), mass storage device(s), input output device(s) and operating system;

ix.

to grant access through a browser using Internet, intranet and extranet environments or any other connections to anyone (Canadians and non-Canadians and employees and contractors of Canada) who uses the services and programs provided by Canada (regardless of their location) to access, view, enter, search,

x.

exchange and read information held and created by the Client using the Licensed Content;

xi.

to make this use by way of a network, the Internet, an intranet, an extranet, a virtual private network (VPN), an inter-network, or such other means as may become possible from time to time so that users have “universal access rights” (i.e., a right to access the Licensed Content by any means from any location as may become possible from time to time), whether their means of access is secure, wireless, mobile or by any other means available from time to time;

xii.

to make this use regardless of the operating systems, software applications and Application Programming Interface(s) (API) that the Client may be using from time to time; however, Canada acknowledges that the Contractor is not granting any license rights to software other than the Licensed Content;

xiii.

to receive the Licensed Software from the Contractor on CD/DVD;

xiv.

to distribute the Licensed Software to individual Client Users on Canada’s choice(s) of media; and

xv.

to continue to use the Licensed Software regardless of any changes made at any given time, including but not limited to changes in the operating system, other applications, hardware, peripherals or devices with which the Licensed Software operates; however, the Contractor is not required to deliver a new or different version of the Licensed Content to enable the Client Users to continue to use the Licensed Content in a different environment than the one(s) described in the Contract. all without affecting the pricing in the Contract and without requiring the Client to obtain additional licences or accept amended licence terms for the Licensed Content. The “Licensed Content” includes all the functionalities listed in Annex A, Software Requirement Specifications (SRS).

Licensed Warranty: Despite anything else to the contrary in this Contract, the "Warranty Period" begins on the date the Licensed Software Documentation and the deliverables are accepted in accordance with the terms of this Contract and continues for 12 months. 7.4 a)

b)

Software Maintenance and Support: Software Maintenance and Support Licensed Software Warranty: Despite Section 15 (Warranty) of 4003 or anything else to the contrary in this Contract, the "Warranty Period" begins on the date the Licensed Software and the deliverables are accepted in accordance with the terms of this Contract and continues for 12 months. Software Maintenance (See in Contract Annex B for definitions): In addition to the obligations set out in Section 15 (Warranty) of 4003 - Licensed Software, and the Contractor's obligations under 4004 - Maintenance and Support Services for Licensed Software, the Contractor must provide the following services as part of the "Software Maintenance" throughout the "Software Support Period", which is identified in Annex A, plus any period during which Canada has exercised its option under the Contract to extend the Software Maintenance. The Contractor must provide the Client with the most recent release(s) and version(s) of the Licensed Software during the period of the Software Maintenance, as soon as they are available. i)

The Contractor must keep track of software releases for the purpose of configuration control.

ii)

In addition to the Contractor's obligations under Section 3 (Maintenance Releases) of 4004 - Maintenance and Support Services for Licensed Software, the Contractor must deliver the following software code as part of the Software Maintenance: (1)

all Bug Fixes, Software Patches, and all other Enhancements;

(2)

all Upgrades, updates, major and minor New Releases, and Renames;

(3)

all Extensions and other modifications, including but not limited to drivers, service packs, and Service Releases;

Page 23

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

(4)

all application programming interfaces (APIs), plug-ins, applets and adapters;

(5)

all rewrites, including in other programming language(s), where the original version(s) is no longer being maintained by the software publisher; and

(6)

on request, all backgrades or downgrades; however, if these backgrades or downgrades are versions predating the version of the Licensed Software acquired from the Contractor, the backgrade or downgrade version is provided without warranty and the Contractor will have no obligation to provide Software Maintenance or Support Services for the backgrade or downgrade version of the Licensed Software,

which will be made available by the Software Publisher during the Software Support Period. iii)

c)

The Contractor must continue to maintain the version of the Licensed Software (i.e., the version or "build" originally licensed under the Contract) as a commercial product (i.e. the Contractor or the software publisher must be continuing to develop new code in respect of the Licensed Software to maintain its functionality, enhance it, and deal with Software Errors) for the Contract Period from the date this Contract is issued. After that time, if the Contractor or the software publisher decides to discontinue or no longer maintain the then-current version or "build" of the Licensed Software and, instead, decides to provide Upgrades to the Licensed Software as part of the Software Maintenance, the Contractor must provide written notice to Canada at least 12 months in advance of the discontinuation.

Software Support: In addition to the obligations set out in Supplemental General Conditions 4004, the Contractor must provide the following as part of the “Software Support” throughout the “Software Support Period”, which is identified in Annex A, plus any period during which Canada has exercised its option under the Contract to extend the Software Support The Software Support include the following Technical Hotline Support and Web Support services: i)

Technical Hotline Support: In addition to the requirements of Supplemental General Conditions 4004, the Contractor must provide the Technical Hotline Support through the Contractor's toll-free hotline at [Contractor’s Hotline Number], in English and French, from 8:00 A.M. to 5:00 P.M. Eastern Time, Monday to Friday (excluding statutory holidays observed by the federal government in the province from which the call is made). The Contractor must answer or return all calls (with a live service agent) within 60 minutes of the initial time of the Client or User's initial call. The Contractor's personnel must be qualified and able to respond to the Client's and any Client User's questions and, to the extent possible, be able to resolve user problems over the telephone and provide advice regarding configuration problems relating to the Licensed Software.

ii)

Web Support: The Contractor must provide Canada with technical web support services through a website that must include, as a minimum, frequently asked questions and on-line software diagnostic routines, support tools, and services. The Contractor's website must provide support in English. The Contractor's website must be available to Canada's users 24 hours a day, 365 days a year, and must be available 99% of the time. The Contractor’s website address is [Contractor’s Website].

d)

Optional Goods - Extend Software Support Period: The Contractor grants to Canada the irrevocable option(s) to extend the Software Support Period by nine (9) additional one-year periods, exercisable at any time during the Contract Period. The Contractor agrees that, during the entire Software Support Period, the prices will be those set out in the Basis of Payment. The option(s) may only be exercised by the Contracting Authority by notice in writing and will be evidenced, for administrative purposes only, by a contract amendment.

e)

Optional Goods - Purchase Software Maintenance and Support on Additional License: The Contractor grants to Canada the irrevocable option to purchase Software Maintenance and Support on the additional licenses, if Canada exercises its option for this additional Software Maintenance and Support of the Licensed Software, Canada will pay the Contractor the firm annual price set out in the Basis of Payment, payable annually in advance, FOB destination, and Applicable Taxes extra.

7.5

Task Authorization (a)

As-and-when-requested Task Authorizations: The Work or a portion of the Work to be performed under the Contract will be on an "as-and-when-requested basis" using a Task Authorization (TA). The Work described in the TA must be in accordance with the scope of the Contract. The Contractor must not commence work until a validly issued TA has been issued by Canada and received by the Contractor. The Contractor acknowledges that any work performed before such issuance and receipt will be done at the Contractor's own risk.

(b)

Form and Content of draft Task Authorization: (i)

The Technical Authority will provide the Contractor with a description of the task using the "Task Authorization Form ” specified in Annex C.

Page 24

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

(ii)

The draft Task Authorization will contain the details of the activities to be performed, a description of the deliverables, and a schedule indicating completion dates for the major activities or submission dates for the deliverables. The draft TA will also include the applicable basis and method of payment as specified in the Contract.

(iii)

A draft Task Authorization must also contain the following information, if applicable: (A)

the task number;

(B)

The date by which the Contractor's response must be received (which will appear in the draft Task Authorization, but not the issued Task Authorization);

(C)

the details of any financial coding to be used;

(D)

the categories of resources and the number required;

(E)

a description of the work for the task outlining the activities to be performed and identifying any deliverables (such as reports);

(F)

the start and completion dates;

(G)

milestone dates for deliverables and payments (if applicable);

(H)

the number of person-days of effort required;

(I)

whether the work requires on-site activities and the location;

(J)

the language profile of the resources required;

(K)

the level of security clearance required of resources;

(L)

the price payable to the Contractor for performing the task, with an indication of whether it is a firm price or a maximum TA price (and, for maximum price task authorizations, the TA must indicate how the final amount payable will be determined; where the TA does not indicate how the final amount payable will be determined, the amount payable is the amount, up to the maximum, that the Contractor demonstrates was actually worked on the project, by submitting time sheets filled in at the time of the work by the individual resources to support the charges); and

(M)

any other constraints that might affect the completion of the task.

(c)

Contractor's Response to Draft Task Authorization: The Contractor must provide to the Technical Authority, within 5 working days of receiving the draft Task Authorization (or within any longer time period specified in the draft TA), the proposed total price for performing the task and a breakdown of that cost, established in accordance with the Basis of Payment specified in the Contract. The Contractor's quotation must be based on the rates set out in the Contract. The Contractor will not be paid for preparing or providing its response or for providing other information required to prepare and validly issue the TA.

(d)

Task Authorization Limit and Authorities for Validly Issuing Task Authorizations: To be validly issued, a TA must include the following signatures: (A)

for any TA with a value less than or equal to $75,000.00 (including GST/HST), the TA must be signed by:

(B)

for any TA with a value greater than $75,000.00 (including GST/HST), a TA must include the following signatures:

(1)

The Client Administrative Contact (see Article 7.8)

(1)

The Client Administrative Contact (see Article 7.8); and

(2)

the Contracting Authority.

Any TA that does not bear the appropriate signatures is not validly issued by Canada. Any work performed by the Contractor without receiving a validly issued TA is done at the Contractor’s own risk. If the Contractor receives a TA that is not appropriately signed, the Contractor must notify the Contracting Authority. By providing written notice to the Contractor, the Contracting Authority may suspend the Client’s ability to issue TAs at any time, or reduce the dollar value threshold described in sub-article (A) above; any suspension or reduction notice is effective upon receipt. (e)

Charges for Work under a TA: The Contractor must not charge Canada anything more than the price set out in the Task Authorization unless Canada has issued a TA amendment authorizing the increased expenditure. Canada will not pay the Contractor for any design changes, modifications

Page 25

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

or interpretations of the Work unless they have been approved, in writing, by the Contracting Authority before being incorporated into the Work. (f)

Administration of Task Authorization Process for Statistics Canada: The administration of the Task Authorization process will be carried out by the Client Administrative Contact. This process includes monitoring, controlling and reporting on expenditures of the contract with task authorizations to the Contracting Authority.

(g)

Consolidation of TAs for Administrative Purposes: The Contract may be amended from time to time to reflect all validly issued Task Authorizations to date, to document the Work performed under those TAs for administrative purposes.

7.6

Standard Clauses and Conditions All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standardacquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada. General Conditions: i)

2030 (2016-04-04), General Conditions - Higher Complexity - Goods, apply to and form part of the Contract.

Supplemental General Conditions: i)

4002, (2010-08-16), Software Development or Modification Services

ii)

4003, (2010-08-16), Licensed Software;

iii)

4004, (2013-04-25), Supplemental General Conditions - Maintenance and Support Services for Licensed Software; and

iv)

4006, (2010-08-16), Contractor to Own Intellectual Property Rights in Foreground

v)

2003, (2016-04-04), Standard Instructions - Goods or Services - Competitive Requirements

apply to and form part of the Contract. 7.7 Security Requirement The following security requirements (SRCL and related clauses provided by ISP) apply and forms part of the Contract. (a) 7.8

There is no security requirement applicable to this Contract. Contract Period

(a)

(b)

(c)

Contract Period: The "Contract Period" is the entire period of time during which the Contractor is obliged to perform the Work, which includes: (i)

The "Initial Contract Period", which begins on the date the Contract is awarded and ends 1 year later; and

(ii)

The period during which the Contract is extended, if Canada chooses to exercise any options set out in the Contract.

Option to Extend the Contract: (i)

The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to nine (9) additional 1-year period(s) under the same terms and conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions set out in the Basis of Payment.

(ii)

Canada may exercise this option at any time by sending a written notice to the Contractor at least 5 calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced, for administrative purposes only, through a contract amendment.

Delivery Date

Delivery of goods and services shall be in accordance with the attached, Schedule for Deliverables/Services, found in the Software Requirements Specification.

Page 26

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

7.9

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Authorities (a)

Contracting Authority The Contracting Authority for the Contract is: Name: Title:

Directorate: Address: Telephone: Facsimile: E-mail address:

(to be provided at contract award) _____________________ Public Works and Government Services Canada Acquisitions Branch _____________________ _____________________ _____________________ _____________________ _____________________

The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority. (b)

Technical Authority The Technical Authority for the Contract is: Name: Title: Organization: Address: Telephone: Facsimile: E-mail address:

(to be provided at contract award) _____________________ _____________________ _____________________ _____________________ _____________________

The Technical Authority [is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Technical Authority; however, the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority. (c)

Client Administrative Contact The Client Administrative Contact is: Name: Title: Organization: Address: Telephone: Facsimile: E-mail address:

(to be provided at contract award) _____________________ _____________________ _____________________ _____________________ _____________________ _____________________

The Client Administrative Contact must receive the original Invoice. All inquiries for request for payment must be made to the Client Administrative Contact. The Client Administrative Client will also be responsible for overseeing the Task Authorization process. (d)

Contractor's Representative Name:

(to be provided at contract award)

Title: Telephone: Facsimile: E-mail address:

7.10 Proactive Disclosure of Contracts with Former Public Servants By providing information on its status, with respect to being a former public servant in receipt of a Public Service Superannuation Act (PSSA) pension, the Contractor has agreed that this information will be

Page 27

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

reported on departmental web sites as part of the published proactive disclosure reports, in accordance with Contracting Policy Notice: 2012-2 of the Treasury Board Secretariat of Canada. 7.11 Payment (a)

Basis of Payment (i)

Licensed Software: For the right to use the Entity Licensed Software (including maintenance and support, delivery, data, source code, warranty and Documentation) all as detailed in the Contract, Canada will pay the Contractor, upon acceptance, in accordance with, Schedule for Deliverables/Services found in the SRS, the firm price(s) per Software License or Lot Price set out in Annex B, Basis of Payment, FOB destination, including all customs duties, GST/HST extra.

(ii)

Optional Additional Licenses: For the right to order optional additional licenses, if Canada exercises its option, Canada will pay the Contractor the firm price(s) per Entity License set out in Annex B, Basis of Payment, FOB destination, including all customs duties, GST/HST extra.

(iii)

Professional Services provided under a Task Authorization with a Ceiling Price: In consideration of the Contractor satisfactory completing of all its obligations under the authorized Task Authorization, the Contractor will be paid the firm lot price up to maximum price of the Task Authorization, in accordance with the firm, all-inclusive hourly rates set out in the Annex B, Basis of Payment, GST/HST extra.

(iv)

Pre-Authorized Travel and Living Expenses Canada will not pay any travel or living expenses associated with performing the Work.

(b)

(v)

Competitive Award: The Contractor acknowledges that the Contract has been awarded as a result of a competitive process. No additional charges will be allowed to compensate for errors, oversights, misconceptions or underestimates made by the Contractor when bidding for the Contract.

(vi)

Professional Services Rates: In Canada's experience, Bidder from time to time propose rates at the time of bidding for one or more categories of resources that they later refuse to honour, on the basis that these rates do not allow them to recover their own costs and/or make a profit. This denies Canada of the benefit of the awarded contract. If the Contractor does not respond or refuses to provide an individual with the qualifications described in the Contract within the time described in the Contract (or proposes instead to provide someone from an alternate category at a different rate), whether or not Canada terminates the Contract as a whole or in part, Canada may impose sanctions or take other measures in accordance with the PWGSC Vendor Performance Corrective Measure Policy (or equivalent) then in effect, which measures may include an assessment that results in conditions applied against the Contractor to be fulfilled before doing further business with Canada, or full debarment of the Contractor from bidding on future requirements.

(vii)

Purpose of Estimates: All estimated costs contained in the Contract are included solely for the administrative purposes of Canada and do not represent a commitment on the part of Canada to purchase goods or services in these amounts. Any commitment to purchase specific amounts or values of goods or services is described elsewhere in the Contract.

Limitation of Expenditure Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work.

(c)

Method of Payment - Multiple Payments H1001C (2008-05-12), Multiple Payments Canada will pay the Contractor upon completion and delivery of the Licenses Software solution and 1st year Maintenance and Support in accordance with the payment provisions of the Contract when: (i)

an accurate and complete invoice and any other documents required by the Contract have been submitted in accordance with the invoicing instructions provided in the Contract;

(ii)

all such documents have been verified by Canada; and

(iii)

the Work delivered has been accepted by Canada.

Page 28

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

(iv)

(d)

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

For the provision and the delivery of the Maintenance and Support after the first year, the maintenance and support shall be paid on a quarterly basis, in arrears, at the end of each quarter, following submission of a valid invoice, delivered at destination.

Method of Payment for Task Authorizations with a Ceiling Price – Lump Sum Payment on Completion: Canada will pay the Contractor upon completion and delivery of all the Work associated with the Task Authorization in accordance with the payment provisions of the Contract if:

(e)

(i)

an accurate and complete invoice and any other documents required by the Contract have been submitted in accordance with the invoicing instructions provided in the Contract;

(ii)

all such documents have been verified by Canada;

(iii)

the Work delivered has been accepted by Canada.

Delivery, Inspection and Acceptance If the Contractor fails to deliver the Software/content within the time specified in the Contract, the Contractor agrees to pay to Canada liquidated damages in the amount of 2% of the price for each of the 5 calendar days of delay up to a maximum of 20%. Canada and the Contractor agree that the amount stated above is their best pre-estimate of the loss to Canada in the event of such a failure, and that it is not intended to be, nor is it to be interpreted as, a penalty. Canada will have the right to hold back, drawback, deduct or set off from and against the amounts of any monies owing at any time by Canada to the Contractor, any liquidated damages owing and unpaid under this section. Nothing in this section must be interpreted as limiting the rights and remedies which Canada may otherwise have under the Contract.

(f)

No Responsibility to Pay for Work not performed due to Closure of Government Offices (i)

Where the Contractor, its employees, subcontractors, or agents are providing services on government premises under the Contract and those premises are inaccessible because of the evacuation or closure of government offices, and as a result no work is performed, Canada is not responsible for paying the Contractor for work that otherwise would have been performed if there had been no evacuation or closure.

(ii)

If, as a result of any strike or lock-out, the Contractor or its employees, subcontractors or agents cannot obtain access to government premises and, as a result, no work is performed, Canada is not responsible for paying the Contractor for work that otherwise would have been performed if the Contractor had been able to gain access to the premises.

7.12 Invoicing Instructions (a)

The Contractor must submit invoices in accordance with the information required in the General Conditions.

(b)

The Contractor's invoice must include a separate line item for each subparagraph in the Basis of Payment provision.

(c)

By submitting invoices, the Contractor is certifying that the goods and services have been delivered and that all charges are in accordance with the Basis of Payment provision of the Contract, including any charges for work performed by subcontractors.

(d)

The Contractor must provide the original of each invoice to the Client Administrative Contact, and an electronic copy to the Technical Authority as well as one to the Contracting Authority.

7.13 Certifications The continuous compliance with the certifications provided by the Contractor in its bid and the ongoing cooperation in providing additional information are conditions of the Contract. Certifications are subject to verification by Canada during the entire period of the Contract. If the Contractor does not comply with any certification, or fails to provide the additional information, or if it is determined that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for default.

Page 29

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

7.14 Price Certifications for Additional Personnel Categories (a)

Per-diem rates may be required for additional personnel categories. In such cases, rates quoted must be based on substantiated per-diem rates charged (i.e. within two years prior to the issuance of the TA request) in contracted engagements with the public sector (i.e. through rate verification based on actual recent contracts with public sector clients), and where such quoted rates are consistent with the most favoured customer clause below.

(b)

The Contractor certifies that the rates quoted will not be in excess of the lowest rate charged anyone else, including the Contractor's most favoured customer, for like quality and quantity of the service, will not include an element of profit on the sale in excess of that normally obtained by the Contractor on the sale of services of like quality and quantity and will not include any provision for discounts to selling agents.

7.15 Federal Contractors Program for Employment Equity - Default by Contractor The Contractor understands and agrees that, when an Agreement to Implement Employment Equity (AIEE) exists between the Contractor and Employment and Social Development Canada (ESDC)-Labour, the AIEE must remain valid during the entire period of the Contract. If the AIEE becomes invalid, the name of the Contractor will be added to the "FCP Limited Eligibility to Bid" list. The imposition of such a sanction by ESDC will constitute the Contractor in default as per the terms of the Contract. 7.16 Applicable Laws The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario. 7.17 Priority of Documents (a)

If there is a discrepancy between the wording of any documents that appear on the following list, the wording of the document that first appears on the list has priority over the wording of any document that appears later on the list: (i)

these Articles of Agreement, including any individual SACC clauses incorporated by

(ii)

reference in these Articles of Agreement;

(iii)

General Conditions 2030 - Higher Complexity - Goods (2016-04-04)

(iv)

Supplemental General Conditions 4002, (2010-08-16), Software Development of Modification Services

(v)

Supplemental General Conditions 4003, (2010-08-16), Licensed Software

(vi)

Supplemental General Conditions 4004, (2013-04-25), Maintenance and Support Services for Licensed Software; and

(vii)

Supplemental General Conditions 4006, (2010-08-16), Contractor to Own Intellectual Property Rights in Foreground

(viii)

2003 (2016-04-04), Standard Instructions - Goods or Services - Competitive Requirements

(b)

Annex A, Software Requirement Specifications;

(c)

Annex B, Basis of Payment;

(d)

Annex C, Task Authorization Form

(e)

Annex D, Performance Guarantee

(f)

the signed Task Authorizations (including all of its annexes, if any), and

(g)

the Contractor's bid dated ______ , as amended, not including any content publisher license terms and conditions that may be included in the bid, not including any provisions in the bid with respect to limitations on liability, and not including any terms and conditions incorporated by reference (including by way of a web link) in the bid.

7.18 Foreign Nationals (Canadian Contractor) (a)

SACC Manual clause A2000C (2006-06-16) Foreign Nationals (Canadian Contractor)

Page 30

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Note to Contractors: Either this clause or the one that follows, whichever applies (based on whether the successful Contractor is a Canadian Contractor or Foreign Contractor), will be included in any resulting contract 7.19 Foreign Nationals (Foreign Contractor) (a)

SACC Manual clause A2001C (2006-06-16) Foreign Nationals (Foreign Contractor)

7.20 Insurance Requirements (a)

SACC Manual clause G1005C (2008-05-12) Insurance Requirements

7.21 Limitation of Liability - Information Management/Information Technology (a)

This section applies despite any other provision of the Contract and replaces the section of the general conditions entitled "Liability". Any reference in this section to damages caused by the Contractor also includes damages caused by its employees, as well as its subcontractors, agents, and representatives, and any of their employees. This section applies regardless of whether the claim is based in contract, tort, or another cause of action. The Contractor is not liable to Canada with respect to the performance of or failure to perform the Contract, except as described in this section and in any section of the Contract pre-establishing any liquidated damages. The Contractor is only liable for indirect, special or consequential damages to the extent described in this Article, even if it has been made aware of the potential for those damages.

(b)

First Party Liability: (i)

The Contractor is fully liable for all damages to Canada, including indirect, special or consequential damages, caused by the Contractor's performance or failure to perform the Contract that relate to: (A)

any infringement of intellectual property rights to the extent the Contractor breaches the section of the General Conditions entitled "Intellectual Property Infringement and Royalties";

(B)

physical injury, including death.

(ii)

The Contractor is liable for all direct damages caused by the Contractor's performance or failure to perform the Contract affecting real or tangible personal property owned, possessed, or occupied by Canada.

(iii)

Each of the Parties is liable for all direct damages resulting from its breach of confidentiality under the Contract. Each of the Parties is also liable for all indirect, special or consequential damages in respect of its unauthorized disclosure of the other Party's trade secrets (or trade secrets of a third party provided by one Party to another under the Contract) relating to information technology.

(iv)

The Contractor is liable for all direct damages relating to any encumbrance or claim relating to any portion of the Work for which Canada has made any payment. This does not apply to encumbrances or claims relating to intellectual property rights, which are addressed under (i)(A) above.

(v)

The Contractor is also liable for any other direct damages to Canada caused by the Contractor's performance or failure to perform the Contract that relate to: (A)

any breach of the warranty obligations under the Contract, up to the total amount paid by Canada (including any applicable taxes) for the goods and services affected by the breach of warranty; and

(B)

any other direct damages, including all identifiable direct costs to Canada associated with re-procuring the Work from another party if the Contract is terminated by Canada either in whole or in part for default, up to an aggregate maximum for this subparagraph (B) of the greater of 0.25 times the total estimated cost (meaning the dollar amount shown on the first page of the Contract in the cell titled "Total Estimated Cost" or shown on each call-up, purchase order or other document used to order goods or services under this instrument), or $1M.

In any case, the total liability of the Contractor under subparagraph (v) will not exceed the total estimated cost (as defined above) for the Contract or $1M, whichever is more. (vi)

If Canada's records or data are harmed as a result of the Contractor's negligence or willful act, the Contractor's only liability is, at the Contractor's own expense, to restore Canada's

Page 31

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

records and data using the most recent back-up kept by Canada. Canada is responsible for maintaining an adequate back-up of its records and data. (c)

Third Party Claims: (i)

Regardless of whether a third party makes its claim against Canada or the Contractor, each Party agrees that it is liable for any damages that it causes to any third party in connection with the Contract as set out in a settlement agreement or as finally determined by a court of competent jurisdiction, where the court determines that the Parties are jointly and severally liable or that one Party is solely and directly liable to the third party. The amount of the liability will be the amount set out in the settlement agreement or determined by the court to have been the Party's portion of the damages to the third party. No settlement agreement is binding on a Party unless its authorized representative has approved the agreement in writing.

(ii)

If Canada is required, as a result of joint and several liability or joint and solidarily liable, to pay a third party in respect of damages caused by the Contractor, the Contractor must reimburse Canada by the amount finally determined by a court of competent jurisdiction to be the Contractor's portion of the damages to the third party. However, despite Sub-article (i), with respect to special, indirect, and consequential damages of third parties covered by this Section, the Contractor is only liable for reimbursing Canada for the Contractor's portion of those damages that Canada is required by a court to pay to a third party as a result of joint and several liability that relate to the infringement of a third party's intellectual property rights; physical injury of a third party, including death; damages affecting a third party's real or tangible personal property; liens or encumbrances on any portion of the Work; or breach of confidentiality.

(iii)

The Parties are only liable to one another for damages to third parties to the extent described in this Sub-article (c).

7.22 Joint Venture Contractor Remark to Contracting Authority: At the time of award, delete this clause if the Contractor is not a joint venture. If the Contractor is a joint venture, fill in the necessary information. Officers should add to sub-article (f) if there are specific provisions that apply to each of the members, rather than to the JV contractor as a whole. If you are awarding a contract to a joint venture contractor, you should consider having the contract signed by all the members of the JV, by adding signature blocks. (a)

The Contractor confirms that the name of the joint venture is ____________ and that it is comprised of the following members: [list all the joint venture members named in the Contractor's original bid].

(b)

With respect to the relationship among the members of the joint venture Contractor, each member agrees, represents and warrants (as applicable) that: (i)

______________ has been appointed as the "representative member" of the joint venture Contractor and has full authority to act as agent for each member regarding all matters relating to the Contract;

(ii)

by giving notice to the representative member, Canada will be considered to have given notice to all the members of the joint venture Contractor; and

(iii)

all payments made by Canada to the representative member will act as a release by all the members.

(c)

All the members agree that Canada may terminate the Contract in its discretion if there is a dispute among the members that, in Canada's opinion, affects the performance of the Work in any way.

(d)

All the members are jointly and severally or solidarily liable for the performance of the entire Contract.

(e)

The Contractor acknowledges that any change in the membership of the joint venture (i.e., a change in the number of members or the substitution of another legal entity for an existing member) constitutes an assignment and is subject to the assignment provisions of the General Conditions.

(f)

The Contractor acknowledges that all security and controlled goods requirements in the Contract, if any, apply to each member of the joint venture Contractor. Note to Contractors: This Article will be deleted if the Contractor awarded the contract is not a joint venture. If the contractor is a joint venture, this clause will be completed with information provided in its bid.

Page 32

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

7.23

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Professional Services

(a)

The Contractor must provide, on an “As-and When” requested basis by Canada through Task Authorization (see Article 7.4), professional services relating but not limited to: i)

Software Entity License(s)

In order to be able to provide these professional services on request, the Contractor must have available a team of experts, including individuals in all of the following category (see Annex A, Appendix 2 for a complete description): (i)

__________

(ii)

__________

(b)

All resources provided by the Contractor must meet the qualifications described in Appendix 2 of Annex A (including those relating to previous experience and language proficiency) and must be competent to provide the required services by any delivery dates described in the Contract.

(c)

Once a requirement for a resource is identified by Canada (including any resources required under the Contract to be available immediately following award or once a task authorization is issued), the Contractor must make the resource available to Canada within 15 working days. This obligation applies despite any changes that Canada may have made to any hardware, software or any other aspect of the Client’s operating environment.

(d)

If there must be a change in a resource performing work under the Contract (which must in any case comply with the requirements in the section of the General Conditions entitled “Replacement of Personnel”), the Contractor must make the replacement available for work within 10 working days of the departure of the existing resource (or, if Canada has requested the replacement, within 15 working days of Canada’s notice of the requirement for a replacement).

(e)

If the Contractor fails to meet any of its obligations under this Article, or fails to deliver any deliverable or complete any task described in the Contract on time, in addition to any other rights or remedies available to Canada under the Contract or the law, Canada may notify the Contractor of the deficiency, in which case the Contractor must submit a written plan to the Technical Authority within 10 working days detailing the actions that the Contractor will undertake to remedy the deficiency. The Contractor must prepare and implement the plan at its own expense.

7.24 Safeguarding Electronic Media (a)

Before using them on Canada's equipment or sending them to Canada, the Contractor must use a regularly updated product to scan electronically all electronic media used to perform the Work for computer viruses and other coding intended to cause malfunctions. The Contractor must notify Canada if any electronic media used for the Work are found to contain computer viruses or other coding intended to cause malfunctions.

(b)

If magnetically recorded information or documentation is damaged or lost while in the Contractor's care or at any time before it is delivered to Canada in accordance with the Contract, including accidental erasure, the Contractor must immediately replace it at its own expense.

7.25 Access to Canada's Property and Facilities Canada's property, facilities, equipment, documentation, and personnel are not automatically available to the Contractor. If the Contractor would like access to any of these, it is responsible for making a request to the Technical Authority. Unless expressly stated in the Contract, Canada has no obligation to provide any of these to the Contractor. If Canada chooses, in its discretion, to make its property, facilities, equipment, documentation or personnel available to the Contractor to perform the Work, Canada may require an adjustment to the Basis of Payment and additional security requirements may apply. 7.26 Reporting Requirements Upon request, the Contractor must provide the following reports to the Contracting Authority: (a)

A list of all existing supplies of the Licensed Software owned by the Client. Such list must indicate (1) the name of the Client Representative, (2) the software license product(s) name and its part/ID number (if applicable), (3) the quantity of licenses, and (4) the contract number.

(b)

The Contractor will have 30 working days (or a longer period if specified in writing by the Contracting Authority) to provide the reports.

Page 33

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

7.27 Representations and Warranties The Contractor made Software Requirement Specificationss regarding its experience and expertise in its bid that resulted in the award of the Contract. The Contractor represents and warrants that all those Software Requirement Specificationss are true and acknowledges that Canada relied on those Software Requirement Specificationss in awarding the Contract. The Contractor also represents and warrants that it has, and all its resources and subcontractors that perform the Work have, and at all times during the Contract Period they will have, the skills, qualifications, expertise and experience necessary to perform and manage the Work in accordance with the Contract, and that the Contractor (and any resources or subcontractors it uses) has previously performed similar services for other customers. 7.28 Performance Guarantee It is a condition of the Contract that the Contractor provides to Canada an unconditional and irrevocable guarantee of the performance and fulfillment of each and every obligation of the Contractor under the Contract. This guarantee must be in the form set out in Annex F (to be provided at contract award) and be executed under seal (if required by Canada) by the contractor. If the Contractor does not deliver the fully executed guarantee within 10 working days of the Contract being awarded, Canada may immediately terminate the Contract for default and will have no liability to the Contractor for any of the Work performed before that termination. Obtaining and delivering the signed guarantee within the time required is the sole responsibility of the Contractor. Note to Contractors: This article will only be included if Canada determines that a performance guarantee (for example, from a parent company) is required in connection with an evaluation of the Contractor's financial capability. The name of the guarantor will be completed at the time of contract award 7.29 Termination for Convenience With respect to Article 32 of 2030, if applicable, subarticle 4 is deleted and replaced with the following subsections 4, 5 and 6: 4. The total of the amounts, to which the Contractor is entitled to be paid under this section, together with any amounts paid, due or becoming due to the Contractor must not exceed the Contract Price. 5. Where the Contracting Authority terminates the entire Contract and the Articles of Agreement include a Minimum Work Guarantee, the total amount to be paid to the Contractor under the Contract will not exceed the greater of (a) the total amount the Contractor may be paid under this section, together with any amounts paid, becoming due other than payable under the Minimum Revenue Guarantee, or due to the Contractor as of the date of termination, or (b) the amount payable under the Minimum Work Guarantee, less any amounts paid, due or otherwise becoming due to the Contractor as of the date of termination. 6. The Contractor will have no claim for damages, compensation, loss of profit, allowance arising out of any termination notice given by Canada under this section except to the extent that this section expressly provides. The Contractor agrees to repay immediately to Canada the portion of any advance payment that is unliquidated at the date of the termination. 7.30 Authorized Agent The vendor listed below has been designated as the authorized agent for the purposes of receiving and fulfilling this Contract, and for the purposes of receiving payment. Receipt by the authorized agent of payment for this Contract shall be deemed to be receipt by (contractor name) of such payment. Note to Contractors: This space will be filled out by the Contractor’s representative at contract award if applicable. Attention: E-mail: Telephone: Facsimile:

Page 34

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ANNEX A SOFTWARE REQUIREMENT SPECIFICATION (SRS) VISUALLY STATISCALLY INTELLIGENT ADAPTIVE DATA VIEWING SOLUTION

Table of Contents within this Software Requirement Specifications of Requirements

1

BUSINESS REQUIREMENT....................................................................................................... 36

2

PRIORITIES ................................................................................................................................ 36

3

CONTEXT.................................................................................................................................... 36

4

SCOPE ........................................................................................................................................ 37

5

6

4.1

Scope of Work ................................................................................................................. 37

4.2

Project Tasks ................................................................................................................... 37

SOLUTION REQUIREMENTS .................................................................................................... 39 5.1

High Level Requirements ............................................................................................... 39

5.2

Conceptual View of Required Solution ......................................................................... 41

5.3

Conceptual View with RFP Specifications.................................................................... 42

5.4

Detailed Requirements ................................................................................................... 43

DELIVERABLES ......................................................................................................................... 70 6.1

7

8

Project Deliverables and Schedule................................................................................ 70

6.2

Reporting Requirements ................................................................................................ 73

6.3

Method and Source of Acceptance ............................................................................... 73

OPERATIONS ............................................................................................................................. 73 7.1

Location of Work, Work Site and Delivery Point.......................................................... 73

7.2

Language of Work ........................................................................................................... 74

7.3

Statistics Canada Network Policy.................................................................................. 74

GLOSSARY................................................................................................................................. 74

Appendix A ................................................................................................................................................ 77 Appendix B ................................................................................................................................................ 78 Appendix C ................................................................................................................................................ 79 Appendix D ................................................................................................................................................ 80 Appendix E................................................................................................................................................. 84

Page 35

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

1

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

BUSINESS REQUIREMENT

Statistics Canada requires a Visually Statistically Intelligent Adaptive Data Viewing Solution that works, is complete and compliant to the contents of this specification and can be maintained and extended to accommodate possible future Information Technology (IT) architectures (e.g., Hosted Software Services, platforms and/or infrastructures) and design trends.

2

PRIORITIES

As Canada’s central statistical agency, Statistics Canada’s mandate is to collect, compile, analyze, abstract and publish statistical information relating to the commercial, industrial, financial, social, economic and general activities and conditions of the people of Canada. The objective of Statistics Canada’s dissemination programs are to provide users with statistical information that is relevant, accessible and easy to interpret. Traditionally, statistical information has been released through analytical reports, data tables and maps. A new initiative at Statistics Canada is seeking to use data visualisation to improve the way statistical information is communicated to users. To meet this objective Statistics Canada is seeking innovative proposals from industry for a web-based data visualization solution that combines many visual communication elements such as thematic maps, charts, graphics and images, complemented by textual information in a single ‘dashboard’ that can be easily interpreted by a user.

3

CONTEXT

Data visualization refers to the techniques used to communicate data or information by encoding it as visual objects (e.g., points, lines, bars, and symbols) contained in graphics. The goal is to communicate information clearly and efficiently to users through graphical means. To convey ideas effectively, both aesthetic form and functionality need to go hand in hand, providing insights into complex data sets by communicating keyaspects in a more intuitive way. To achieve this goal there needs to be a balance between form and function. Simply creating gorgeous data visualizations that fail to communicate information does not meet the objective. A well-crafted data visualization helps uncover trends, realize insights, explore sources, and tell stories. For the 2011 Census of population, Statistics Canada developed a basic data visualization application called the Focus on Geography Series (FoGS)1. The FoGS application allowed users to select a geographic area (e.g., the Census Subdivision of Ottawa) and then presented data highlights for the selected geographic area for each of the major releases of the 2011 Census. These data highlights were presented through figures, tables and text which was generated using statistical information in the form of key indicators and predefined text templates. The geographic levels presented in this product include Canada, Provinces and Territories, Census Metropolitan Areas and Census Agglomerations (CMA/CA), and selected Census Subdivisions (CSD). The 2011 FoGs application was well received by users and remains one of Statistics Canada’s most popular products. Statistics Canada is looking to build on the success of the 2011 FoGs application and develop a new more advanced web-based data visualization solution that will make its statistical information more interpretable to the public by presenting key indicators in a statistical dashboard. The data visualization solution specified in this RFP must allow end-users to easily find statistical information about an area, compare indicators values for different geographic areas and help users identify relationships between indicators. The solution must allow end-users to easily answer questions like: x x x x

What are the top ten ethnic origins reported in each of the CMAs of Montréal, Ottawa–Gatineau, Toronto, Calgary, and Vancouver? What are the top ten municipalities where a language other than English or French is spoken most often at home? How does the average age for my municipality compare to that of the province or that of Canada? Is there a relationship between level of education attainment and average income in any given municipality?

1

Please refer to the following link for an example of the FoGS: http://www12.Statistics Canada.gc.ca/census-recensement/2011/as-sa/fogs-spg/Index-eng.cfm?Lang=Eng

Page 36

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

This new solution will be used for the first time to disseminate indicators from the 2016 Census of Population2 and is a key component of the Census Program’s dissemination strategy. The solution must be scaled to support approximately five thousand (5000) end-users at any one time. There will be approximately fifty (50) Government of Canada (GC) users (Subject Matter Experts (SMEs), designers and internal developers at Statistics Canada) that will update the indicators and their characteristic information and will continue to maintain and develop new GC extended APIs over the course of the next ten years as Statistics Canada will seek to innovate in order to maximize its opportunity in the future related to data visualization and data analytics technology. The solution will initially be installed at the Census Enclave3 to support the 2016 Census of Population releases4. However, in the future, the solution will be migrated from the Census Enclave to the primary data centre for all of Statistics Canada’s dissemination products (to be determined). The underlying statistical data for this version of the solution will reside in Statistics Canada’s Common Output Data Repository (CODR)5.

4

SCOPE

4.1 Scope of Work Statistics Canada requires a solution for the requirements identified in this specification. The successful contractor is responsible for supplying the necessary skilled and experienced project management, design and development resources to build the solution and have the capacity to support it. The core contracting work is represented by the design and development of a web-based data visualization application, comprising all Mandatory and Solution Based Requirements, as well as any Point Rated Requirements included by the bidder in their proposal, as described in this specification using technologies that align or already exist within Statistics Canada as described in Appendix B and C, which are compatible with Statistics Canada’s existing IT infrastructure and data sources. The bidder will also be required to: 1 2

3

4

Construct and implement an application Testing Strategy and Plan. Construct and implement a program for development knowledge transfer to select Statistics Canada IT personnel for the purpose of performing internal support, software updates, and new development in the form of GC extended APIs. Develop an installation and integration processes that can be easily followed by Statistics Canada and Shared Services Canada (SSC) staff. At a minimum, it must include but is not limited to configuration guides, installation guides, and administration and management guides, for deployment on servers, or stand-alone offline computers (i.e. at a desktop or laptop not connected to a network that will be used during media lock-ups prior to the official release of data to the public). Develop and implement a bilingual user guide and web tutorial for end-users on the effective use of the solution.

4.2 Project Tasks The contractor will perform the following tasks: 1. Develop a detailed project plan at the start of the assignment to be maintained throughout the assignment while keeping the project authority (Statistics Canada) informed of progress. The project plan will reflect the timelines and requirements stipulated in this specification. 2. Organize the contracting team with assigned roles, responsibilities and reporting structure and present the team to the project authority.

2

The Census of Population, mandated in the Constitution Act, underlies the delineation of federal electoral districts (and therefore representation in the House of Commons) and plays a critical role in the Constitutional amending formula. The Census of Population provides the Government of Canada with accurate population counts used to rebase the Population Estimates Program which in turn is used to determine transfer payments for Canada Health and Social Transfers, the Health Reform Transfer, Equalization and Territorial Formula Financing. The Program is designed to supply statistical information, analysis and services that measure changes in Canada’s population, its demographic characteristics and its conditions. 3 The Census Enclave is a collection of census web, application and database servers that are used to deploy, operate, and maintain the Census systems. The solution will be loaded on servers located in the Census Enclave. It is currently housed outside Statistics Canada at the Enterprise Data Centre site in Gatineau. Please refer to Appendix B for more complete description of the Census Enclave and a network diagram. 4 The Census of Population refers to data from both the short and long form. 5 The CODR database will be hosted using Oracle Technologies.

Page 37

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

3. Design all of the necessary Information Technology model(s) (i.e. Data, Architectural, and Processing) to meet the requirements outlined in this specification. 4. Design, develop and test the solution. a. Incorporate the knowledge transfer strategy into the development cycle. b. Design the solution to meet all of the requirements outlined throughout this specification, including any Solution Based Requirements that are missing from the solution at bid submission. The design must include the strategy and plan for providing the presentation layer(s) and messages in both official languages. c. Demonstrate the functionality and design of any presentation layer(s) of the solution and get signoff from the project authority and business and technical management. d. Develop the full version of the solution according to the approved strategy. e. Create and maintain development documentation and source code and executable versions as development progresses. f. Utilize change request forms (provided by the contractor) for all changes that deviate from the requirements identified in this specification. g. Develop, document and execute an Application Testing Strategy to test the solution. The document and testing must cover the following: x

x x

Functionality Testing: to test the functionality and user friendliness of the solution. It is performed to verify that the software performs and functions correctly according to the specified requirements and design specification. Integration Testing: to test the interface between the solution software components. Individual software modules are combined and tested as a group. End-to-End Testing: to testing the flow of the application to ensure it is performing as designed from start to finish, to identify system dependencies and to ensure that the right information is passed between various system components and systems.

The testing package must include a suite of repeatable test cases to be used whenever a change or upgrade is made to the application code, maintenance database schema and/or layer/table record layouts. h. Develop and document a User Acceptance Testing Strategy to facilitate the testing of the solution by Statistics Canada. The testing strategy must have sufficient and appropriate detail to guide Statistics Canada in designing and executing the user acceptance testing. It should identify the set of tests that need to be tested to cover as many aspects of real-life scenarios an end-user of the solution would perform. It should also identify the most common tasks and the most complex tasks an average end-user is expected to undertake. i. Provide advice in the application testing and user acceptance testing program. The actual test criteria and user acceptance testing will be performed by Statistics Canada. j. Repeat d, e, f, g and h for the French version. 5. Implement a knowledge transfer program. The program must be clear, complete in content, and address the sharing of information and cover the following areas: a. Technical use of components and their features. b. Relationships between components and performance metrics. c. Design approach and best use of components and their features. 6. Package the solution for implementation within the Census Enclave. The actual implementation will be performed by Statistics Canada or SSC personnel. a. Assist Statistics Canada with organizing the implementation. b. Create an implementation procedure and/or checklist. c. Assist with the final implementation if required. 7. Package the solution for implementation on a standalone computer not connected to a server. The actual implementation will be performed by Statistics Canada or SSC personnel. a. Assist Statistics Canada with organising the implementation. b. Create an implementation procedure and/or checklist. c. Assist with the final implementation if required. 8. Develop user guides and web tutorials for the solution incorporating descriptions/demonstrations on all end-user functionality and features. Timing of this activity must continue to meet all stated start and end dates.

Page 38

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

9. If deemed required, the contractor must install the solution at a site provided by Statistics Canada, and successfully execute a series of tests provided by Statistics Canada on certain identified Solution Based Requirements. 10. On a task authorization basis perform updates or develop new functionality (APIs) not identified in this specification to take advantage of new technologies or web architectures. 5

SOLUTION REQUIREMENTS

5.1 High Level Requirements Statistics Canada requires a solution for the requirements identified in this specification. The solution must deliver and support the following features: 1. The solution must meet Government of Canada (GC) accessibility, security and web template standards. 2. The solution must employ responsive design techniques so that the presentation layer(s) are adjusted for optimized viewing on different end-user platforms (desktop, tablet, mobile). 3. The solution must be available in both English and French, and must allow users to toggle/set the solution to the official language of their choice. 4. The solution must use technologies and software that aligns with, or already exist within, Statistics Canada as described in Appendix B and C. 5. The solution must be able to be loaded on servers located with Statistics Canada’s IT infrastructure. The first application of the solution will need to be loaded to the Census Enclave. 6. The solution must meet the performance targets described in this specification. 7. The solution must be able to consume data (spatial and non-spatial) in the formats already in use at Statistics Canada. 8. The dashboard design of the solution, must, at a minimum, include a map, at least one chart, and a space for images, graphics, text, links and footnotes. Statistics Canada is looking for innovative designs and is open to more dashboard elements (e.g., multiple charts) than those listed above provided the design is easy to interpret by end-users and facilitates communication of statistical information. 9. The design for how all these elements are laid out in the dashboard is open. For example, the dashboard could be designed to show all elements on one screen. Alternatively, a design could be proposed to only show some elements at one time, but allow end-users to switch between elements. A balance must be struck between ease of use and providing sufficient information. For example, a dashboard with many different elements might provide a lot of information which may end up being too difficult to interpret. Conversely, a design with only a few elements might be easy to interpret, but it may not provide enough information to an end-user to allow them to identify relationships or trends. The final design should look modern and be innovative in its presentation of information. 10. The solution must allow GC users to easily adapt the layout and add or remove dashboard elements in the future to meet new requirements or design trends. 11. To meet accessibility requirements, tabular views of graphic elements must be available to the end-user. 12. The solution must provide for the management and use of information related to indicators. This will include things like the availability of an indicator at different geographic levels, the type of thematic map to display (if applicable), type of chart to use (if applicable), class intervals (if applicable), colour selections, titles, associated HTML links, associated images and related indicators that can be shown or selected by an end-user in another dashboard element (if applicable). Statistics Canada will provide information for each indicator. Exactly how it is to be stored, managed and used by the solution is open. For example, a process could be designed to manage this information or the solution could implement a graphical user interface (GUI) for Statistics Canada to enter this information. 13. The solution must be designed to allow end-users to choose from a list of indicators6 that have been organized into themes and display the results in the dashboard. The themes will be provided by Statistics Canada. 14. Upon selecting an indicator or geographic unit, dashboard elements (e.g., map, chart, text and HTML links etc.) will need to be updated automatically. The information populated in the various elements will be dependent on a number of factors which include the primary indicator selected, the level of geography,

6

For the 2016 Census implementation of the solution approximately 400 indicators will be available.

Page 39

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

and whether or not a geographic unit or multiple units are selected. For example, if no geographic unit is selected the focus of the dashboard elements is on the indicator selected and the solution would display information at the Canada level. However if one or more geographic units (e.g., the CSD of Ottawa) are selected the focus would be about indicator information related to the selected unit(s). The information to display and business rules will be provided by Statistics Canada (see Appendix E for an example). 15. The dashboard elements of the solution will also have to be responsive to user interactions with features in any chart or map. For example, if an end-user selects a given bar on a chart showing the ranking of all CSDs in Canada for a given indicator, the area related to the bar must be identified on the map. The results or expected views of end-user interactions with the maps and charts will be pre-defined by Statistics Canada. 16. End-users must be able to select the level of geography (e.g., CSDs or Provinces) they are interested in to display on the map. 17. The end-user must be able to search for specific geographic areas (e.g., the CSD of Ottawa). Statistics Canada will provide a file that contains a list of geographic areas that can be searched. 18. The cartographic design of the maps must follow current industry trends and must be able to be customized easily by Statistics Canada in the future should trends change. The map must include typical map elements such as a title, legend and North arrow. 19. Typical web map functions such as panning and zooming should be available to the end-user. 20. When an end-user positions the mouse over the map, information should be displayed to the end-user in a pop-up window. Statistics Canada will identify the information to be displayed. 21. The thematic mapping component of the solution must be able to present the statistical indicators to endusers using different thematic mapping techniques. For example, a choropleth map (colours) or a map with graduated symbols. At most two variables using different thematic techniques could be shown on the map at the same time. Statistics Canada will define when two (2) indicators can be displayed. 22. The most popular chart types must be able to be rendered. The type of chart to use for each indicator, will be predefined by Statistics Canada. 23. The number of charts to include in the design is open. Charts are to be used to display information related to the indicator being mapped. For example, if the indicator being mapped is ‘Persons aged 65 years and over’ the possible charts could include: a bar chart showing the value for each CSD in Canada that has been ranked (ordered from low to high), a bar chart showing the distribution of people in all age group classes for a selected CSD or a doughnut chart of the percentage of people over 65 that are male or female (e.g., 54% of people aged 65 years and over in the selected area are female while 46% are male). 24. The solution must allow an end-user to compare the information for a selected geographic area (e.g., the CSD of Ottawa) with the same information for either another selected area (e.g., the CSD of Toronto) or a larger geography in which it is located (e.g., province and/or Canada). 25. The solution must include at least one space in the dashboard design for analytical text bullets, lists (e.g., top/bottom 10), and graphics. The design of how this information is presented is open. For example, it could all be shown at the same time or end-users could switch these elements on or off or it could be presented in different tabs or areas on the dashboard. 26. End-users must have the ability to change what is displayed in the chart(s) and text lists (e.g., top 10 or bottom 10 for Canada or province) by selecting from predefined lists supplied by Statistics Canada. 27. The solution must also be able to display HTML links to other data tables for the variable selected, or the areas selected on the interactive map. The HTML link will ensure end-users can do a 'cross-walk navigation' from indicators to detailed data tables. Statistics Canada will provide the related links. 28. The solution must allow end-users to export (to directories and to social media) and print the various dashboard elements either individually, together, or as part of a predefined report depending on the endusers preferences. Statistics Canada will provide details on the specific information to include in the predefined report. 29. The solution must be open-ended in order to allow Statistics Canada to independently implement additional features attached to the solution (GC extended APIs) through a software development kit (SDK). 30. The solution works, is complete and compliant to the contents of this specification, will have to be delivered and fully implemented within the Statistics Canada production environment by February 1st, 2017 at the latest.

Page 40

Version 5.1

CCC No./N° CCC - FMS No/ N° VME

End User Web Browser

Client data

Content Author Web Browser

Client data

Page 41

Access Devices (desktop, laptop, tablet, smartphone)

End User

Content Author

Viewer Cache

Model

Version 5.1

Layers Shapes Symbology Metadata

GIS DB

Geo Core

REST/SOAP services

Metadata DB

Model

REST/SOAP services

View / Control View-Model

Census Dissem

Output Data DB

CensusViewer

Portal (Static)

Conceptual View

CODB

OMR

NDM (future)

Database servers

Application servers

Web server

Tier

Data Layer

Application Layer

Presentation Layer

Layer

5.2 Conceptual View of Required Solution The diagram below illustrates a conceptual view of how Statistics Canada perceives the solution to be modelled. The contractor may propose a solution that is different than what is presented below, provided the specification standards and existing IT infrastructure are not changed.

002ee File No. - N° du dossier

Buyer ID - Id de l'acheteur

Client Ref. No. - N° de réf. du client

Amd. No. - N° de la modif.

45045-140073/C

Solicitation No. - N° de l'invitation

CCC No./N° CCC - FMS No/ N° VME

Authentication: Active Directory

IE11, Java, HTML5, asp,NET, Web client

Page 42

Access Devices (desktop, laptop, tablet, smartphone)

Client data

End User Web Browser

Content Author Web Browser

Client data

End User

Content Author internal

SQLServer, Oracle, MySQL

Viewer Cache

IE, Safari, Chrome, Firefox, other; Java, asp.NET, HTML5, Web client

ESRI ArcGIS

Model

Version 5.1

Layers Shapes Symbology Metadata

GIS DB

CODB

OMR

NDM (future)

Server OS: Linux, VMWare

Metadata DB

Model

REST/SOAP services

View / Control View-Model

Census Dissem

Output Data DB

CensusViewer

Geo Core

REST/SOAP services

REST, SOAP, Oracle BPM Suite

.NET, Java, SAS, SAP BO

Portal (Static)

Apache http:, Drupal

RFP Specifications

Database servers

Application servers

Web server

Tier

Oracle, SQLServer, MySQL

Data Layer

IIS, WebLogic

Application Layer

Presentation Layer

Apache http:, Drupal

Layer

Please note this is a conceptual view and the contractor may propose a solution that is different than what is presented below, provided the specification standards and existing IT infrastructure are not changed.

The diagram below provides a visual representation of the conceptual view mentioned above, highlighting the associated mainstream specification standards requested by Statistics Canada.

5.3 Conceptual View with RFP Specifications

002ee File No. - N° du dossier

Buyer ID - Id de l'acheteur

Client Ref. No. - N° de réf. du client

Amd. No. - N° de la modif.

45045-140073/C

Solicitation No. - N° de l'invitation

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4 Detailed Requirements 5.4.1 Mandatory Requirements This section includes a more detailed list and description of the mandatory requirements. It is important to note that mandatory requirements are without question a must for a contractor to meet. 5.4.1.1 Mandatory Requirements Related to Contractor ID

Mandatory Requirements Related to Contractor

M-1

Data Visualization Experience Requirement The contractor MUST have experience with at least one (1) previous data visualization project. The contractor must describe the project that was implemented and successfully deployed and if possible provide a link to the example. If a link is not available the contractor should provide sufficient detail in their explanation and screen captures of any end-user presentation layers. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact.

M-2

Web Mapping Experience Requirement The contractor MUST have experience with at least one (1) previous web mapping project. The contractor must describe the project that was implemented and successfully deployed and if possible provide a link to the example. If a link is not available the contractor should provide sufficient detail in their explanation and screen captures of any end-user presentation layers. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact.

M-3

Accessibility Experience Requirement The contractor MUST have experience with at least one (1) previous web application project that has met Government Accessibility Standards. The contractor must describe the project that was implemented and successfully deployed and if possible provide a link to the example. If a link is not available the contractor should provide sufficient detail in their explanation and screen captures of any end-user presentation layers. The contractor must also describe the standard that was applied for this implementation and any specific things they did to address accessibility. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact.

M-4

Web Usability Experience Requirement The contractor MUST have experience with at least one (1) previous web application project that has met Government Web Usability Standards. The contractor must describe the project that was implemented and successfully deployed and if possible provide a link to the example. If a link is not available the contractor should provide sufficient detail in their explanation and screen captures of any end-user presentation layers. The contractor must also describe the standard that was applied for this implementation and any specific things they did to address usability. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact.

Page 43

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Mandatory Requirements Related to Contractor

M-5

Web Interoperability Experience Requirement

CCC No./N° CCC - FMS No/ N° VME

The contractor MUST have experience with at least one (1) previous web application project that has met Government Web Interoperability Standards. The contractor must describe the project that was implemented and successfully deployed and if possible provide a link to the example. If a link is not available the contractor should provide sufficient detail in their explanation and screen captures of any end-user presentation layers. The contractor must also describe the standard that was applied for this implementation and any specific things they did to address interoperability. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact. M-6

Experience with Implementation of Responsive Design on Various User Platforms Requirement The contractor MUST have experience in the development and production of a web site or application that employs responsive design techniques so that the presentation layers of the web site or application are optimized for viewing on various end-user platforms (desktop, tablet, mobile telephone). The contractor must describe the project that was implemented and deployed successfully and if possible provide a link to the example. If a link is not available the contractor should provide sufficient detail in their explanation and screen captures of any end-user presentation layers. The contractor should also clearly describe the rationale for any design choices specifically implemented to accommodate different platforms and their design decision process. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact.

M-7

Experience with the production of User Guides and Web Tutorials The contractor MUST have experience in the development and production of user guides and/or web tutorials. The contractor must provide an example or a link to a site that has a user guide and/or a web tutorial that they have produced. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact.

M-8

Experience with the Performance Response Requirement The contractor MUST have experience with at least one (1) web application project that has met a similar performance target (see section 5.4.2.4). The contractor must provide details on the performance target of the example they provide and a link to the example that can demonstrate the performance level achieved. The contractor should also include sufficient detail on the architecture of the example provided. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact.

M-9

Project Manager Managing Experience Requirement The contractor MUST identify a project manager that has five (5) years of working experience in the last eight (8) years in managing at least two (2) successful software development projects. The projects managed must have been comprised of at least four (4) team members of functional and technical resources. The contractor must provide a profile for the proposed candidate with two (2) client references. The profile must clearly describe the proposed Project Manager’s skills and experience. Substantiation of the stated skills and experience must be supported with project examples, showing the nature and complexity of the work performed and the extent of the candidate's contribution to the successful completion of the work.

Page 44

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.1.2 Mandatory Requirements Related to Security ID

Mandatory Requirements Related to Security

M-10

Web Services Interoperability Security Requirements The solution MUST implement, deliver, enable, support and conform to at least one of the following WS-I Basic Security Profile (WS-I BSP) versions: x x

Web Services Interoperability Basic Profile (WS-I BP) 2.0 (http://ws-i.org/Profiles/BasicProfile-2.02010-11-09.html) Version 1.1 (WS-I BSP 1.1) (http://www.ws-i.org/Profiles/BasicSecurityProfile-1.1.html)

The contractor must demonstrate this by referencing standard documentation. M-11

Security Authentication Requirement The solution MUST be compliant with and support Lightweight Directory Access protocol (LDAP) 3.0 (http://tools.ietf.org/html/rfc4510). The contractor must demonstrate this by referencing standard documentation.

M-12

Information Technology Security Guidance Requirements The solution CANNOT PREVENT Statistics Canada from complying with ITSG33 technical security controls listed in Appendix D. The contractor must demonstrate this by explain how this will be achieved and referencing standard documentation or by providing certification documentation. 5.4.1.3 Mandatory Requirements Related to Platform Environments

ID

Mandatory Requirements Related to Platform Environments

M-13

Technology Requirements The solution MUST align with Statistics Canada’s existing technologies and IT capabilities as described within Appendix B and C. The contractor must demonstrate this by referencing standard documentation and providing architectural diagrams.

M-14

Installation and Configuration Requirement The solution MUST install, deploy, work and operate in a virtual server hosting environment based on VMWare V5.5 and above. The contractor must demonstrate this by referencing standard documentation.

M-15

Server Configuration Requirement The server portion of the solution MUST install, work and interoperate with at minimum one of the following server Operating Systems: x x

Microsoft Windows Server V2012 and above AND/OR Red Hat Linux V6 and above

The contractor must demonstrate this by referencing standard documentation. M-16

Client Configuration Requirement The client portion of the solution MUST be able to support the creation of the web mapping application, and any development tools associated with the solution, on a Microsoft Windows 7 desktop operating systems. The contractor must demonstrate this by referencing standard documentation.

Page 45

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Mandatory Requirements Related to Platform Environments

M-17

Compatibility and Configuration Requirement

CCC No./N° CCC - FMS No/ N° VME

The solution MUST be compatible with at least one of the following web servers: x x

Apache HTTP Server V2.6 and above AND/OR IIS V7.5 and above

The contractor must demonstrate this by referencing standard documentation. M-18

Zero-Install End-User Configuration Requirement The solution MUST allow end-users to access the presentation layer(s) without having to install any software or plug-in. No software installation on the end-users’ computer or mobile devices MUST be required. Note: there is an exception to this when Statistics Canada needs to load the solution onto laptops or tablets for media lock-ups where no internet is available. The contractor must demonstrate this by referencing standard documentation and explaining how this would be done. 5.4.1.4 Mandatory Requirements Related to Solution Architecture

ID

Mandatory Requirements Related to Solution Architecture

M-19

Solution Architecture Requirement The solution MUST support a Service-Oriented Architecture (SOA) model, where application components provide services to other components via a communication protocol. The solution MUST have statistical and geographic data stored on the server side AND The presentation layer (client side) of the solution MUST consume statistical (attribute data) and geographic data (spatial data) through a web services. The contractor must demonstrate this by referencing standard documentation and providing a design diagram(s). The contractor must also present the design diagram(s) as part of their Management Bid.

M-20

Solution Architecture Requirement The solution MUST separate the business logic from the User Interface. The contractor must demonstrate this by referencing standard documentation and providing design diagram(s). The contractor must also present the design diagram(s) as part of their Management Bid.

M-21

Solution Architecture Scalability Requirement The solution MUST be built on a software architecture that is scalable when its user base increases in population size. The contractor must demonstrate this by referencing standard documentation and explaining how this would be done. For example, how would the solution maintain the same level of performance (see section 5.4.2.4) if the number of concurrent end-users was doubled (i.e. 10,000 end-users). The contractor must demonstrate this by referencing standard documentation and providing a design diagram(s). The contractor must also present the design diagram(s) as part of their Management Bid.

Page 46

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Mandatory Requirements Related to Solution Architecture

M-22

Solution Web Services Requirement

CCC No./N° CCC - FMS No/ N° VME

The solution MUST support at minimum one (1) of the following: x x

Representational State Transfer (REST) – Restful web services (http://www.w3.org/2001/sw/wiki/REST) Simple Object Access Protocol (SOAP) (http://www.w3.org/TR/soap/)

The contractor must demonstrate this by referencing standard documentation. M-23

Programming Language Design Requirement The solution MUST be designed and programmed using programming languages in use at Statistics Canada. The solution MUST at minimum use one (1) of the following programming languages: x x x x x x

Microsoft .Net JavaScript Java Python SAS C-Sharp

The contractor must demonstrate this by referencing standard documentation. 5.4.1.5 Mandatory Requirements Related to Data ID

Mandatory Requirements Related to Data

M-24

Data Store Connectivity Functionality Requirement The solution MUST be able to consume data from one (1) of the following databases: x x

Oracle12c and above AND/OR Microsoft SQL Server V2012 and above

The contractor must demonstrate this by referencing standard documentation or providing certification documentation. M-25

SQL Functionality Requirement The solution MUST support the functionality to be able to design and program the solution such that it is compliant with ANSI SQL-92 (FIPS 127-1) standard or higher when used to access SQL-like databanks such as Microsoft SQL Server, and Oracle. The contractor must demonstrate this by referencing standard documentation or providing certification documentation.

M-26

Data Format Requirement Statistics Canada’s spatial geographic data WILL be available in the ESRI ArcGIS format. The solution MUST be able to consume spatial data in one of the following spatial file formats: x x x

ESRI File Geodatabase 10.2 and above AND/OR ESRI ArcSDE Geodatabase 10.2 and above AND/OR ESRI Shapefile

The contractor must demonstrate this by referencing standard documentation.

Page 47

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Mandatory Requirements Related to Data

M-27

Spatial Data Tiling Performance Requirement

CCC No./N° CCC - FMS No/ N° VME

The solution MUST be able to consume a spatial data tiling service within the web map. The contractor must demonstrate this by referencing standard documentation and providing a design diagram or explain how the performance requirement can be met without the use of a tiling service. M-28

Data Retrieval Requirement The solution MUST provide the capability to consume web services for the purpose of having database data retrieved by these services. The contractor must demonstrate this by referencing standard documentation.

M-29

Map Render Requirement The solution MUST be able to render a thematic map in the dashboard using information provided in a database table. The contractor must demonstrate this by referencing standard documentation.

M-30

Chart Render Requirement The solution MUST be able to render a graph or chart in the dashboard using information provided in a database table. The contractor must demonstrate this by referencing standard documentation.

5.4.2 Solution Based Requirements The following set of requirements must be part of the solution. In the event any of these requirements are not met at contract award, the contractor must deliver the requirements prior to delivery of the complete solution (February 1st 2017) as per the schedule proposed by the contractor. The contractor must indicate which requirements are currently in the solution, and which ones need to be built. Within the Substantiation of Technical Compliance Form, Part 3 Attachment 3.1, an area for each requirement for the contractor to record the requested information has been provided. Statistics Canada reserves the right to have the contractor run one or more tests on any of the solution Based Requirements. 5.4.2.1 Solution Based Requirements Related to Standards ID

Solution Based Requirements Related to Standards

SB-1

Web Standards for the Government of Canada Requirements The solution MUST conform to the web standards and guidelines set by the Government of Canada. More details and technical specifications on these standards and guidance can be found on the Treasury Board of Canada Secretariat website at: http://www.tbs-sct.gc.ca/ws-nw/index-eng.asp. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 48

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Solution Based Requirements Related to Standards

SB-2

Accessibility (WCAG 2.0) Requirements

CCC No./N° CCC - FMS No/ N° VME

The solution MUST conform to the Accessibility (WCAG 2.0 AA level Compliance) requirements in order to make content accessible to a wider range of people with disabilities, including blindness and low vision, deafness and hearing loss, learning disabilities, cognitive limitations, limited movement, speech disabilities, photosensitivity and combinations of these. For Level AA conformance, the Web page MUST satisfy ‘all’ the Level A and Level AA 61 Success Criteria. Compliance will be assessed using the following methodology assessment: http://wet-boew.github.io/v4.0-ci/docs/ref/wamethod/wamethod-en.html If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-3

Standard on Web Accessibility Requirements The solution MUST adhere to the Standard on Web Accessibility: http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=23601 Allow for but not limited to the following: x x

MUST support keyboard interface navigation MUST support screen readers

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-4

Theme and Style Requirements The solution MUST adhere to the customizable theme template in order to implement the layout and design requirements for Statistics Canada: http://wet-boew.github.io/v4.0-ci/docs/ref/themesstyle-en.html If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present how this fits into their design in their Management Bid.

SB-5

Standard on Web Interoperability Requirements The solution MUST adhere to the Standard on Web Interoperability: http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=25875 If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-6

Standard on Optimizing Websites and Applications for Mobile Devices Requirements The solution MUST adhere to the Standard and the technical specifications: https://www.tbs-sct.gc.ca/hgw-cgf/oversight-surveillance/communications/ws-nw/tsw-stw-eng.asp on Optimizing Websites and Applications for Mobile Devices: http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=27088 If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present how this impacts their design in their Management Bid.

Page 49

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

ID

Solution Based Requirements Related to Standards

SB-7

Standard on Web Accessibility Requirements on Browsers

CCC No./N° CCC - FMS No/ N° VME

The solution MUST be compliant with modern operating systems and browsers. This includes but is not limited to as per detailed guidance found on the Treasury Board of Canada Secretariat website at: http://www.tbs-sct.gc.ca/ws-nw/wa-aw/wa-aw-guid-eng.asp x x x x

Internet Explorer 9 and its newer version without modification Google chrome and its newer version without modification Safari and its newer version without modification FireFox and its newer version without modification

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-8

Standard on Web Usability Requirements The solution MUST adhere to the Standard on Web Usability found on the Treasury Board of Canada Secretariat website at: http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=24227 If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-9

Official Languages Act Requirements The solution MUST support the functionality to be able to design and program the web application that comply with relevant policies of the Official Languages Act and the Directive on Official Languages for Communications and Services. The solution MUST allow users (developers, designers/SMEs and end-users) to work in both of Canada’s official languages (English and French), and MUST allow the user to toggle/set the solution, to the official language of his/her choice. Refer to the following websites for a description of the Directive on Official Languages for Communications and Services: x x

http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=26164 http://www.tbs-sct.gc.ca/pol/doc-fra.aspx?id=26164

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-10

Currency Notation Functionality Requirements The solution MUST be able to support the functionality that can manage standard currency notation as defined by ISO 4217 standard currency names and code elements. The standard specifies the structure for a three-letter alphabetic code and an equivalent three-digit numeric code for representation of currencies and funds $#,###.## , where # is a numeric value from 0 to 9. This requirement also needs to address formatting of currency based on language as specified in ISO 4217. Currency format example. x x

English: $#,###.## French: # ###,## $

$123,456,789.00 123 456 789,00 $

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 50

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Solution Based Requirements Related to Standards

SB-11

Date or Reference Notation Functionality Requirements

CCC No./N° CCC - FMS No/ N° VME

The solution MUST be able to support the functionality that can manage international standard date and time notation as defined by the ISO 8601:2004 standard date and time notation. The international standard notation for date, is a numeric representations of date as YYYY-MM-DD, where YYYY is the year in the usual Gregorian calendar, MM is the month of the year between 01 (January) and 12 (December), and DD is the day of the month between 01 and 31. For example, the fourth day of February in the year 1995 is written in the standard notation as 1995-02-04. The international standard notation for the time of day is HH:MM:SS, where HH is the number of complete hours that have passed since midnight (00-23), MM is the number of complete minutes that have passed since the start of the hour (00-59), and SS is the number of complete seconds since the start of the minute (00-59). For example time 23:59:59 represents the time one second before midnight. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. 5.4.2.2 Solution Based Requirements Related to Security ID

Solution Based Requirements Related to Security

SB-12

Inactivity Security Requirement The solution MUST automatically terminate an end-user’s session after a configurable period of inactivity. ‘Configurable’ in this context refer to the ability to be able to set a preferred duration specific at design time. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation and explaining how this is done.

SB-13

Security Authentication Requirement The solution MUST allow Statistics Canada to grant permissions to specific users (i.e. designers) to be able to make updates to any design element. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. 5.4.2.3 Solution Based Requirements Related to Platform Environments

ID

Solution Based Requirements Related to Platform Environments

SB-14

Site Installation and Configuration Requirement The solution MUST be able to be installed, configured and supported on Statistics Canada devices connected to both internal and external publically accessible networks, along with the ability to be installed in an offline environment (i.e. on a desktop or laptop not connected to a network). Installation will need to be coordinated with SSC and will be at one of SSC’s Enterprise Data Centre. The contractor must demonstrate this by providing an installation and configuration diagram and explaining how this would be done. The contractor should also present this in their Management Bid.

Page 51

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.4 Solution Based Requirements Related to Performance ID

Solution Based Requirements Related to Performance

SB-15

Concurrency Capacity Requirement The solution MUST be able to support five thousand (5,000) concurrent connections within the required performance metrics, where each connection is processing an end-user request. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation and explaining how this would be done.

SB-16

Performance Response Requirement The solution MUST be able to provide the following performance metrics: x x

Instantaneous page response time during normal operation Two (2) second page response time during peak demand

Peak demand is considered to be, when about five thousand (5,000) concurrent end-users are on the system. In this scenario, the two (2) second response, does not mean the response is completed, just that the end-user ‘sees’ a response is on its way. The solution MUST display some form of feedback to the end-user showing that something is processing or being refreshed. The response MUST be within a maximum of seven (7) seconds depending on the complexity of the request. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation, identify any infrastructure related costs and explaining how this would be done. SB-17

High Availability Requirement The solution MUST be compatible and capable to operate in a high availability environment where failover mechanisms are deployed. The solution MUST detect failures and recover. The solution MUST recover with minimum interruptions. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation and explaining how this would be done. 5.4.2.5 Solution Based Requirements Related to Monitoring

ID

Solution Based Requirements Related to Monitoring

SB-18

Activity Logging Functionality Requirement The solution MUST provide a detailed activity log including but not limited to the following information: x

System event and application usage logging

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-19

Error Monitoring Functionality Requirement The solution MUST provide error handling mechanisms for identifying, logging, managing, and monitoring errors. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 52

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.6 Solution Based Requirements Related to Data ID

Solution Based Requirements Related to Data

SB-20

Data Update Requirement The solution MUST NOT require a new deployment due to any update of data. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present how updates to data can be made and the impact on the solution in their Management Bid.

SB-21

Data Linkage Requirement The solution MUST be able to join geographic features to non-spatial data (e.g., statistical data) using a primary key (to be provided by Statistics Canada). If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-22

Physical Data Optimization Requirement The solution MUST store geographic data in a normalized database internal schema that will allow for a balance in performance for both retrieval and updates such that it will achieve the performance requirements requested in this specification. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation and explaining how this would be done. The contractor should also present this in their Management Bid.

SB-23

Geographic Data Requirement The solution MUST support the display of both raster and vector (line, polygon, point) data for different levels of geography (i.e. multiple boundaries). If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-24

Geographic Data Requirement At a minimum the solution MUST be able to display two (2) polygon layers at any given time. At a minimum the following geographic levels will be displayed: x x x x x x x x

Canada (1) Provinces and territories (13) Census Metropolitan Areas (CMAs) and Census Agglomerations (CAs) (200+/-) Census divisions (300 +/-) Federal electoral districts (338) Aggregated dissemination areas (5000 +/-) Census subdivisions (5000 +/-) Census tracts (among CMAs and tracted CAs) (5500 +/-)

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 53

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.7 Solution Based Requirements Related to Future Development ID

Solution Based Requirements Related to Future Development

SB-25

API Design Requirement The solution MUST provide Application Programming Interfaces (APIs) that are simple to use and allows developers access to a wide-ranging of functionality. All APIs exposed to developers MUST be sufficiently documented to allow their complete use by developers. The API documentation may include but is not limited to developers’ guide, online help, “How To” online presentations. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-26

Software Development Kit Requirement A software development kit (SDK) MUST be provided to allow developers to independently implement additional features to be attached as part of the solution. The SDK exposed to developers MUST be sufficiently documented to allow for their complete use by developers. The SDK documentation may include but is not limited to developers’ guide, online help, “How To” online presentations. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. 5.4.2.8 Solution Based Requirements - General Design for the User Interface

ID

Solution Based Requirements - General Design of User Interface

SB-27

Screen Resolution Design Requirement The solution MUST be designed primarily for display on desktops based on a 1024 X 768 screen resolution. All elements in the presentation layer(s) MUST be visible on one screen, without scrolling in a dashboard-style, when viewed on a desktop with a 1024 X 768 or higher screen resolution. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-28

Color Design Requirement The solution MUST be able to apply a variety of colours for non-map graphic elements. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-29

Object Design Requirement The solution MUST provide the functionality to design web pages that enable selection (through radio buttons, drop down lists, etc.), navigation (forward, backward), opening different views of the presentation layer(s) or dashboard elements such as charts through tabs or other similar functions. If the design of the proposed solution does not support require the functionality listed above, the contractor must clearly explain how the solution would allow end-users to open different views. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 54

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ID

Solution Based Requirements - General Design of User Interface

SB-30

Map Display Focus Design Requirement The solution MUST be designed to have the map be the primary focus, taking up the greatest amount of available screen space on the dashboard presentation layer(s). If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this as part of their design in their Management Bid.

SB-31

Chart and Graph Minimum Display Design Requirement The solution MUST have, at a minimum, at least one (1) distinct chart/graph area on the dashboard presentation layer(s). It COULD have more if that is part of the contractors design. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this as part of their design in their Management Bid.

SB-32

Text Box Minimum Display Design Requirement The solution MUST have, at a minimum, at least one (1) distinct area to display text on the dashboard presentation layer(s). It COULD have more if that is part of the contractors design. The type of text to display includes things like Top and Bottom Lists, Analytical Bullets, Hyperlinks, General information, etc. When displaying the analytical bullets the solution MUST be capable of displaying up to three (3) analytical bullets at one time (assuming an appropriate font size has been selected). If there is more text to be displayed than space available the solution MUST allow the end-user to scroll to see more. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-33

Display Design Requirement The solution MUST have the ability to display images, graphics and any associated text on the dashboard presentation layer(s). The use of images and graphics is open and CAN be used as the contractor sees fit in their design. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-34

End-User Footnotes Functionality Requirement The solution MUST allow for footnotes to be displayed as specified by Statistics Canada on the dashboard presentation layer(s). The information displayed in this space MUST be automatically updated each time the end-user select an indicator to be displayed. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

Page 55

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.9 Solution Based Requirements - Design of Maps for the User Interface ID

Solution Based Requirements - Design of Maps for the User Interface

SB-35

Thematic Map Design Requirement The solution MUST render different types of thematic maps. This list MUST include but is not limited to the following: x x

Choropleth maps Symbols

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-36

Indicator Selection Design Requirement The solution MUST display clearly to end-users the indictor they have selected to be mapped which becomes the primary focus of the dashboard. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-37

Map Color Design Requirement The solution MUST allow for selection from different colour palettes using either hue (e.g., red to green) or value (e.g., shades of blue) with shading techniques such as transparency for maps. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-38

Map Legends Display Design Requirement The solution MUST include a legend in maps. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-39

End-User Geo Level Display Requirement The solution MUST display to the end-user the geographic levels (e.g., Provinces and CSDs) that are being displayed. The cartographic design MUST take this requirement into account. This SHOULD be part of the map legend. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-40

End-User Map Active Area Impact Functionality Requirement The solution MUST display the name of the active (i.e. selectable) layer (e.g., CSD). The cartographic design MUST take this requirement into account. This CAN be part of the legend. The active layer is dependent on either scale level or end-user selection. If the end-user has no ‘Active Geography Level’ selected (i.e., initial view) and they zoom in and out or pan around the map, then various geographic levels will appear/change based on the map scale. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

Page 56

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ID

Solution Based Requirements - Design of Maps for the User Interface

SB-41

End-User Map Geographic Unit Selection Display Requirement The solution MUST display the name of the selected geographic area(s) (e.g., Ottawa). The cartographic design MUST take this requirement into account. This CAN be part of the legend. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-42

Map Scale Bar Display Design Requirement The solution MUST display a scale bar on the map. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-43

End-User Map North Arrow Functionality Requirement The solution MUST have a north arrow present on the map. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. 5.4.2.10 Solution Based Requirements - Design of Charts for the User Interface

ID

Solution Based Requirements - Design of Chart for the User Interface

SB-44

Chart Type Display Design Requirement The solution MUST be able to render different types of charts. This MUST include but is not limited to the following: x x x x x

Bar (horizontal) Column (vertical) Line Pie Doughnut

If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-45

Chart Title Display Design Requirement The solution MUST display a title for any charts. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-46

Chart Legend Display Design Requirement The solution MUST display a chart legend if classes are not obvious. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 57

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.11 Solution Based Requirements Related to Indicator Management ID

Solution Based Requirements Related to Indicator Management

SB-47

Indicator Management Requirement The solution MUST be able to manage the detailed characteristics and features associated with each indicator including the interactivity conditions / outcomes between elements and how this information is used in the presentation layer(s) (maps, charts, images, graphics, tables, text, and links). The solution MUST provide the ability to easily allow Statistics Canada to store, update and save indicator parameters like: x x x x x x x x x x

Type of map or chart to use Titles (map, chart, lists) Labels Class intervals (map and chart) Zoom level (map) Layer visibility (map) Symbology (map) Associated hyperlinks Footnotes Outcomes / views presented to end-users when they interact with each of the elements or selectable parameters

How this information is to be stored, managed and used by the solution is also open (see R-10). For example, the solution CAN implement a tool with a GUI or design a process that can manage this information. The solution MUST use this indicator information for publishing on the presentation layer(s). If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid. 5.4.2.12 Solution Based Requirements – Interactivity/View Outcomes ID

Solution Based Requirements - Interactivity/View Outcomes

SB-48

View Outcome Requirement The solution MUST use information provided and pre-defined by Statistics Canada, to automatically update the views returned to the end-user based on their selections and interactions with the dashboard. The data to be populated into the various dashboard elements will be based on factors such as x x x

The primary indicator selected The level of geography selected Whether or not a unit or multiple units are selected

For example if the end-user selects the geographic area of Ottawa the text bullets that are displayed should relate to Ottawa. Statistics Canada WILL provide information on expected outcomes/views for all scenario cases. This will be in the form of Decision Trees. See Appendix E for an example of what the decision trees could look like. Note: the final Decision Trees are dependent on the final design. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

Page 58

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Solution Based Requirements - Interactivity/View Outcomes

SB-49

Interactivity Between Elements Requirement

CCC No./N° CCC - FMS No/ N° VME

The solution MUST allow for interactivity between dashboard elements (e.g., maps, charts). For example, if an end-user selects a feature within a chart, the map display, text and any graphics if applicable to the design MUST be adjusted accordingly and vice versa. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid. 5.4.2.13 Solution Based Requirements - Textual Support for the User Interface ID

Solution Based Requirements – Textual Support for the User Interface

SB-50

Character Set Support Requirement The solution MUST support the UTF-8 character encoding and allow for the display of special characters such as superscript. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-51

Text Define and Display Design Requirement The solution MUST allow Statistics Canada to define the text to be shown along with the text attributes (font type and size) for a given label, free format text box and indicator. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-52

Text Display Order Design Requirement The solution MUST allow Statistics Canada to define the order of the text to be shown. Specifically, the order of sentences to show in the text bullet list. The information to show is dependent on the indicator and the geographic area selected. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-53

Text Entry Design Requirement The solution MUST allow Statistics Canada designers to enter complete sentence structure information in a predefined area, and allow it to be saved so that it can later be displayed in the presentation layer(s). The information will relate to geographic areas and the indicator. For example, “The CSD of Ottawa has increased in population size by 5%.” If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation

SB-54

End-User Scrolling Functionality Requirement The solution MUST allow for scrolling within text elements if required. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. If the design does not require this functionality the contractor must clear state why it is not needed.

Page 59

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ID

Solution Based Requirements – Textual Support for the User Interface

SB-55

End-User Text Selected Area Impact Functionality Requirement The solution MUST support the functionality that updates a map and other dashboard elements accordingly when the end-user clicks on a specific geographic area name in a text element (e.g., a top 10 list). The behavior, when an end-user clicks on a chart WILL be pre-defined by Statistics Canada. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

5.4.2.14 Solution Based Requirements - Map End-User Functionality ID

Solution Based Requirements - Map End-Users Functionality

SB-56

End-User Map Zoom Functionality Requirement The solution MUST have a zoom feature. The end-user MUST be able to: x x x x x

zoom in (+) zoom out (-) zoom in (+) to pre-defined scales zoom out (-) to pre-defined scales zoom completely to a Canada-wide view

The user SHOULD be able to do this using buttons and the roller on the mouse. The exact number of zoom levels will be determined during the collaborative design phase, but will follow industry standards. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-57

End-User Map Zoom Functionality Requirement The solution MUST allow Statistics Canada to be able to define distinct zoom levels, and specify what geographic data is displayed. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-58

End-User Map Pan Functionality Requirement The solution MUST allow an end-user to pan around the map by dragging to centre it, to a desired location. The whole map will appear to move and when the end-user releases the mouse button, the map will be refreshed in its new position, while retaining the original scale. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-59

End-User Map Restart Functionality Requirement The solution MUST have a map restart button that will be able to refresh the map to the default initial view (Canada). If the end-user uses this function it maintains any previously selected indicator. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 60

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Solution Based Requirements - Map End-Users Functionality

SB-60

End-User Geo Level Display Functionality Requirement

CCC No./N° CCC - FMS No/ N° VME

The solution MUST allow end-users to select up to two (2) geographic levels (e.g., Provinces and CSDs) that are then displayed. If the end-user uses this functionality it overrides any predefined boundary display identified by Statistics Canada based on map scale until such a time when the end-user clears all selections. The cartographic design MUST take this requirement into account. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-61

End-User Map Active Layer Selection Functionality Requirement The solution MUST allow an end-user to control/select the map active layer. When multiple layers are being displayed the active layer is always the lowest geographic level (Statistics Canada WILL define the levels). If the end-user selects a map layer to make active it overrides the default levels set by Statistics Canada. The selected active layer remains active until the end-user makes a new selection or clears all selections. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-62

End-User Map Label Functionality Requirement The solution MUST allow end-users to be able to display or not display (add or remove) map labels. By default the features in the active map layer are labeled. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-63

End-User Map Identify Button Functionality Requirement The solution MUST have a map identify button. When an end-user clicks on an area in the map using the identify button, basic information (e.g.,, geographic name, geography type [if applicable], key highlight data characteristics) MUST be presented to the end-user for the selected area. Statistics Canada WILL specify the information to display. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-64

End-User Map Feature Selection Functionality Requirement The solution MUST allow an end-user to select or de-select a map geographic unit (e.g., a province such as Ontario or a CSD such as Ottawa). Up to five (5) geographic units from the same geographic level can be selected at a time when the end-user selects units while holding down the shift key. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present how the selection of geographic areas affects the design in their Management Bid.

Page 61

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Solution Based Requirements - Map End-Users Functionality

SB-65

End-User Map Unit Identification Functionality Requirement

CCC No./N° CCC - FMS No/ N° VME

The solution MUST clearly identify selected geographic units on the map without affecting the thematic map symbology. The cartographic design MUST take this requirement into account. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-66

End-User Map Active Area Impact Functionality Requirement Once an end-user has selected a geographic area the layer in which it is found automatically becomes the ‘Active Geographic Level’. If the end-user zooms in or out, or pans around the map, the ‘Active Geography Level’ MUST remain intact. If the end-user has no ‘Active Geography Level’ selected (i.e., initial view) and they zoom in and out or pan around the map, then various geographic levels will appear and the active layer WILL be defined by Statistics Canada based on the map scale. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-67

End-User Map Indicator Selection Functionality Requirement The solution MUST allow end-users to be able to select indicators by various themes and change the information presented on the map. Statistics Canada WILL provide the themes. This is the primary indicator and is the main focus of the dashboard. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-68

End-User Map Table Display Functionality Requirement The solution MUST allow end-users to be able to show map information as a table. The end-user MUST be able to toggle between the table and map views. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-69

End-User Clear Selection Functionality Requirement The solution MUST allow end-users to be able to clear all selections. This will return dashboard elements and views to their default values based on the map scale. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-70

End-User Cursor Hover Display Functionality Requirement The solution MUST display predefined attribute information about a geographic area when an end-user positions the mouse pointer (cursor) over an area on the map and the cursor remains stationary. Predefine attribute information WILL be specified by Statistics Canada. It will include information like population and dwelling counts etc. The end-user MUST be able to turn this functionality off if they choose. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

Page 62

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.15 Solution Based Requirements - Chart End-User Functionality ID

Solution Based Requirements - Chart End-Users Functionality

SB-71

End-User Chart Display Functionality Requirement The solution MUST allow end-users to be able to change any chart being displayed. Charts available to the end-user WILL be pre-defined by Statistics Canada for each indicator/variable/concept. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-72

End-User Chart Table Display Functionality Requirement The solution MUST allow end-users to be able to show chart information as a table. The end-user MUST be able to toggle between the table and chart views. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-73

End-User Chart Selected Area Impact Functionality Requirement The solution MUST update the map and other dashboard elements accordingly when the end-user clicks on a specific area in a chart. For example if the chart being displayed is the percentage of people in different age categories and the enduser selects the ‘under 18’ age group the primary indicator will be adjusted to show this. The other dashboard elements will be automatically adjusted. If the chart is showing the ranking of CSDs from low to high for average income and the end-user selects a geographic area in the chart the focus of the other dashboard elements would change to reflect the end-users selection. The behavior, when an end-user clicks on a chart WILL be pre-defined by Statistics Canada. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-74

End-User Chart Cursor Hover Display Functionality Requirement The solution MUST allow end-users to be able to identify areas by either positioning the cursor over an area, or by selecting an area on any chart showing geographic areas. When an end-user positions the cursor over an area, and the cursor remains stationary, predefined attribute information about that geographic area MUST be provided to the end-user. Predefine attribute information WILL be specified by Statistics Canada. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. 5.4.2.16 Solution Based Requirements - Table End-User Functionality

ID

Solution Based Requirements - Table End-User Functionality

SB-75

End-User Table Sorting Functionality Requirement The solution MUST allow end-users to be able to sort a table using any column. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 63

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

ID

Solution Based Requirements - Table End-User Functionality

SB-76

End-User Table Record Selection Functionality Requirement

CCC No./N° CCC - FMS No/ N° VME

The solution MUST allow an end-user to select a record in the table and have the corresponding area on the map automatically selected and identified when the end-user returns to the map view. This MUST also update other dashboard elements. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. 5.4.2.17 Solution Based Requirements - Search End-User Functionality ID

Solution Based Requirements - Search End-User Functionality

SB-77

End-User Search Criteria Functionality Requirement The solution MUST allow end-users to be able to search for various areas of interest using search criteria such as: x x x

Place names Geographic names Postal codes

Back-end look-up tables to support this functionality WILL be those of Statistics Canada. The search component utilized within the application COULD be a component of the mapping software or COULD be a component outside of the map that calls the mapping application. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. SB-78

End-User Search Suggestions Functionality Requirement The solution MUST instantaneously provide end-users with a list of suggestions, when end-users enter information into the search box. The list MUST allow for a display window that can accommodate a minimum of ten (10) suggestions based on spelling matches. When more than ten (10) suggestions exist, the solution MUST allow the end-user to either scroll through the list or provide the end-user a facility to explicitly request them to be displayed. If no place is found, the end-user MUST be provided with a message indicating no results found. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-79

End-User Similar Name Search Functionality Requirement The solution MUST support the functionality to search for similar sounding names. A search type feature capable of searching indices of names using a phonetic algorithm is required. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-80

End-User Search Location Functionality Requirement The solution MUST perform the following: After an end-user selects a record from the list of suggestions, or hits return after typing in the search box, the solution MUST zoom to the selected or found location and display a symbol (e.g., a pin) indicating the zoomed to location on the map. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 64

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.18 Solution Based Requirements - Exports End-User Functionality ID

Solution Based Requirements - Exports End-User Functionality

SB-81

End-User Image Saving Functionality Requirement The solution MUST allow end-users to selectively pick dashboard elements (maps, charts, etc.) and save them as .JPG files for the purpose of being utilized in other outputs or called into other applications such as social media (e.g., Facebook). If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-82

End-User Table Exporting Functionality Requirement The solution MUST allow end-users to be able to export a table to a file in CSV, SCSV, TAB delimited format or SDMX (Statistical Data Metadata Exchange). In addition to the data points the information exported MUST also include metadata used to describe the data within a table (column/row names, titles, and footnotes). If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-83

End-User Image/Links Exporting Functionality Requirement The solution MUST allow an end-user to export images and/or links to social media. In the case of HTML links, the links MUST be transferrable and capable of re-creating the end-users' customized view. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation. The contractor should also present this in their Management Bid.

SB-84

End-User Export to PDF Functionality Requirement The solution MUST allow an end-user to export a predefined report, for a selected geographic area in PDF format for printing. Statistics Canada WILL establish the information (charts, images, text) to include in the report. Statistics Canada WILL also establish the design of the report. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

SB-85

End-User Print Functionality Requirement The solution MUST allow an end-user to print exactly what is on screen in a controlled fashion. Controlled in this context refers to the ability to allow for multiple copies or selected information. If requirement currently exists in the solution, the contractor must demonstrate this by referencing standard documentation.

Page 65

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.2.19 Solution Based Requirements Related to Documentation ID

Solution Based Requirements Related to Documentation

SB-86

General Documentation Requirement All components composing the solution MUST be sufficiently documented to allow for their installation, configuration, use, and operation. The documentation MUST include but is not limited to, user guides, configuration guides, developer guides, installation (build book), administration, and management guides. The contractor must demonstrate this by providing (per component) current documentation and a list (per component) of documentation that will be supplied at delivering time.

SB-87

Technical Documentation Requirement The contractor MUST provide system architecture and technology stack diagrams that comprises all components or services that are currently used or will be built. The contractor must demonstrate this by providing the current diagrams and a list of diagrams that will be supplied at delivering time.

5.4.3 Rated Requirements Rated requirements that are not available at bid submission but agreed to be built and delivered by the contractor, will be evaluated based on the contractor’s stated information in their proposal, to determine the contractor overall rating. Anything presented by the contractor as part of their solution, will be considered a mandatory element of their final solution, unless explicitly exempted by Statistics Canada. 5.4.3.1 Rated Requirements Related to Experience ID

Rated Requirements Related to Experience

Rating Scale

R-1

Experience with the production of User Guides and Web Tutorials

5 pts – Has experience in both

The contractor SHOULD have experience in the development and production of both user guides and web tutorials.

0 pts – Non Responsive

The contractor must demonstrate this by providing an example or a link to a site that has a user guide and an example or a link to a web tutorial that they have produced. The contractor must provide the first name, last name, telephone number, and email address of two (2) references for Statistics Canada to contact. 5.4.3.2 Rated Requirements Related to Programming Language R-2

Programming Language Design Requirement The solution MUST be able to be design and programmed using programming languages recognized by Statistics Canada. The solution SHOULD support more than one (1) of the following programming languages: x x x x x x

1 pts for each language supported

Maximum of 5 pts

Microsoft .Net JavaScript Java Python SAS C-Sharp

The contractor must demonstrate this by referencing standard documentation.

Page 66

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.3.3 Rated Requirements Related to Data ID

Rated Requirements Related to Data

Rating Scale

R-3

Data Migration Requirement The solution SHOULD not require Statistics Canada supplied data to be transformed or migrated to another data format.

10 pts – No migration or transformation is required

Statistics Canada WILL be responsible for any transformations, weeding and cleaning to be applied to the data. The contractor MUST define/supply the migration process.

0 pts – Non Responsive

The contractor must document any data migration requirements if required, and provide details as to the level of data transformation, weeding, and cleaning that will be required to present data in a format that meets the requirements and constraints of the software solution. If no data migration or transformation is required the contractor must demonstrate this by referencing standard documentation. R-4

Compatibility Requirement

5 pts – Met

The solution SHOULD consume ESRI ArcGIS for Server dynamic services 10.1 and higher.

0 pts – Non Responsive

The contractor must demonstrate this by referencing standard documentation. R-5

Spatial Data Tiling Compatibility Requirement

5 pts – Met

The solution SHOULD consume ESRI ArcGIS Server tiles 10.1 Services and higher.

0 pts – Non Responsive

The contractor must demonstrate this by referencing standard documentation. 5.4.3.4 Rated Requirements Related to Design of User Interface ID

Rated Requirements Related to Design of User Interface

Rating Scale

R-6

Designer Ease of Use Functionality Requirement

2.5 pts – Intuitive, Drag/Drop, Cut/Past and Event Driven

The solution SHOULD support the functionality to be able to design and program the Web application with ‘Ease of Use’. Examples of ‘Ease of Use’: x x x x

Product is intuitive in nature for designer to operate and program, having features such as Drag and Drop, Cut and Paste and is Event driven. Help features are simple to access and operate. Product provides a feature for designer to operate in a basic mode or in an advance mode. Map, chart, tables and any other dashboard elements and associated functionality as described in this specification are simple to define.

The contractor must demonstrate these features by referencing standard documentation.

Page 67

2.5 pts – Help Features 2.5 pts – Different mode (basic and advance) 2.5 pts – Simplicity in defining objects and functionality 10 pts maximum

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ID

Rated Requirements Related to Design of User Interface

Rating Scale

R-7

Overall Design Requirement

40 pts – Excellent – innovative, intuitive, and clear display

The overall design and layout of the solution’s presentation layer(s) SHOULD be clear and use design features and symbols that are intuitive to end-users. Excellence in data visualization design consists of communicating complex ideas with clarity, precision and efficiency. It should induce the viewer to think about the substance rather than about methodology, graphic design, the technology of graphic production or something else. The design of the presentation layer(s) SHOULD: x x x x x x x x x x x

Have good contrast, repetition, alignment and proximity Have elements that are well defined Have elements that are well populated Have user controls that are easy to understand, interpret and use Use font is well suited to application Avoid distorting what the data has to say Maintain readability while presenting many numbers in a small space Encourage the eye to compare different pieces of data Reveal the data at several levels of detail, from a broad overview to the fine structure Provide end-users with Information that can be easily identified Provide end-users with help features are simple to access

The contractor should provide a proposal for the design of the end-user presentation layer(s) based on their understanding of the solution requirements. The proposal should also demonstrate the impact on the presentation layer(s) of end-user interaction and operation of the key functions requested.

30 pts – Very Good – intuitive, and clear display, not necessarily innovative 20 pts – Good – clear display, not intuitive, not innovative 10 pts – Poor – not intuitive, not clear display, not innovative 0 pts – Non Responsive – Design does not meet minimum design requirements

The contractor will have the opportunity to describe their overall design in their Management Bid and explain their rationale for the design. Note: The final design and graphics associated with buttons will be done collaboratively with Statistics Canada to ensure there is commonality and design coherence with other Statistics Canada web applications that have similar functions. R-8

5 pts – Good design

Cartographic Design Requirement The cartographic design and selection of symbology of the solution SHOULD be modern and follow current industry trends. The contractor should provide a design proposal based on the understanding of the requirements identified.

0 pts –Does not follow industry trends

The contractor should also present this in their design Management Bid. R-9

Designer Cartographic Design Ease of Use Functionality Requirement

5 pts – Met

The solution SHOULD support the functionality to be able to modify the cartographic design and symbology of map features.

0 pts – Non Responsive

The contractor must demonstrate this features by referencing standard documentation. The contractor should also present this in their Management Bid.

Page 68

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

5.4.3.5 Rated Requirements Related to Indicator Management ID

Rated Requirements to Indicator Management

Rating Scale

R-10

Indicator Management Requirement

15 pts – A GUI is available to manage all the information

The solution SHOULD provide a process, mechanism or interface for Statistics Canada Designers to manage the characteristics associated with indicators and the various dashboard elements (e.g., maps and charts). These characteristics WILL be provided by Statistics Canada. Examples of detail characteristics include but are not limited to: x x x x x x x x x x x x

Types of map and chart to use for each indicator Related indicators Theme membership Complimentary charts Related graphics and images Related text (bullets and lists) Titles, annotations, labels etc. Actions and results expected when an end-user interacts with dashboard elements Class intervals (map and chart) Zoom level Layer visibility Symbology

10 pts – A GUI is available to manage some characteristics only 5 pts – Management of indicators is done via tables and requires manual updating via other mechanism 0 pts – Non Responsive

Statistics Canada MUST be able to save the updates for publishing to the web and be able to access them for possible future updates. The contractor must demonstrate this by referencing standard documentation. The contractor should also present how the indicator information will be managed as part of their Management Bid. 5.4.3.6 Rated Requirements - Text End-User Functionality ID

Rated Requirements - Text End-User Functionality

Rating Scale

R-11

Text Generation Design Requirement

10 pts – Met

The solution SHOULD be able to support the functionality that allows information derived from the indicators to be automatically inserted into text template. For example:

0 pts – Non Responsive

The region of [name of CSD] had a [indicator] of [value]. This compares with [value] for [related province/territory] and of [value] for Canada. The contractor must demonstrate this feature by referencing standard documentation. The contractor must also explain how this will work. 5.4.3.7 Rated Requirements - Map End-User Functionality ID

Rated Requirements - Map End-User Functionality

Rating Scale

R-12

End-User Map Second Predefined List Selection Functionality Requirement

5 pts – Provided

The solution SHOULD allow end-users to select from a second (predefined) list, a set of indicators that can be mapped at the same time as the initial indicator (bivariate mapping). After enabling bivariate mapping the end-user MUST be able to return to a univariate map display if they choose (i.e. turn off bivariate map display).

0 pts – Non Responsive

The contractor must demonstrate this by referencing standard documentation.

Page 69

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ID

Rated Requirements - Map End-User Functionality

Rating Scale

R-13

End-User Map Window Splitting Functionality Requirement

5 pts – Provided

The solution SHOULD allow end-users to be able to split the map window in two. This will allow the end-user to see 2 (two) different geographic areas that are geographically situated far apart at large scales (e.g., Ottawa and Victoria). This will facilitate comparison of indicator information. After enabling this functionality the end-user MUST be able to return a single map window if they choose.

0 pts – Non Responsive

The contractor must demonstrate this by referencing standard documentation. If the contractor intends to implement this feature they should also include this as part of their Management Bid. R-14

End-User Map Swipe Bar Functionality Requirement

5 pts – Provided

The solution SHOULD provide end-users with the ability to swipe on the maps. This will allow the end-user to see two different variables quickly with a “swipe” of the mouse. The solution MUST allow an end-user to select a second variable to be displayed as a result of the “swipe”. After enabling this functionality the end-user MUST be able to turn the swipe off if they choose.

0 pts – Non Responsive

The contractor must demonstrate this by referencing standard documentation. If the contractor intend to implement this feature they should also include this as part of their Management Bid. 5.4.3.8 Rated Requirements Related to Documentation Search ID

Rated Requirements Related to Documentation Search

Rating Scale

R-15

Development Search Functionality Requirement

5 pts – Solution supports online and offline search features

The solution SHOULD allow developers to invoke an online and offline search feature on the documentation for finding answers to questions during the design and programming of the solution. The contractor must demonstrate this by referencing standard documentation.

0 pts – Non Responsive

5.4.3.9 Rated Requirements Related to Training ID

Rated Requirements Related to Training

Rating Scale

R-16

Training Functionality Requirement

5 pts – Met

The solution SHOULD allow designers/developers to gain experience and knowledge of the contractor’s product(s) through an On-line Training session.

0 pts – Non Responsive

The solution SHOULD also support the functionality that allows subject matter staff to gain experience and knowledge of the product(s) indicator management GUI (if part of the solution) through an On-line Training session. The contractor must demonstrate this by referencing standard documentation.

Total Points for Rated Requirements

6

140 points

DELIVERABLES

6.1 Project Deliverables and Schedule The contractor is required to provide the following deliverables and services as listed in the table below.

Page 70

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Deliverables

Milestone

High Level Project Plan

To be included with bid submission.

High level Project Plan of plan of activities, timelines and deliverables. Due at contract signing

License(s) for the core COTS software A licensed version of all COTS software that will be used to create the solution. Detailed Project Plan

Due 2 weeks after signing of contract.

Detailed project plan of activities, timelines and deliverables to be approved by the project authority prior to proceeding with any additional project activities. Due no later than February 1st 2017.

Bilingual Production Version of the solution A production ready bilingual version of the solution that adheres to all of the features, functionality and specifications outlined within this specification as well as any enhancements, additions or changes requested during the development of the product. The delivered product must also have successfully completed all testing criteria and user acceptance testing.

Due no later than February 1st 2017.

Build Specification Documentation Complete documentation detailing specifics to the solution software build environment, build tools and outlining the sequence of steps (with required detail) to build the source code into an executable product. Technical Support Documentation

a. Part of bid submission

Technical documentation for the purpose of supporting the solution. This would include but not be limited to: a.

System architecture and technology stack diagrams that comprise the layers of components or services that are used.

b.

A final version of the Data Model Diagram.

b. Due no later than 4 weeks after start c.

c.

A final version of the Application design.

d.

All Application Programming Interfaces (API) exposed to developers must be sufficiently documented to allow their complete use by developers. The documentation may include but is not limited to developers’ guide, online help, books, white papers, “How To” online presentations.

e.

The SDK exposed to developers must be sufficiently documented to allow for its complete use by developers. The SDK documentation may include but is not limited to developers’ guide, online help, books, white papers, “How To” online presentations.

f.

High level Implementation process.

g.

Configuration guides, developer guides, installation, administration and management guides.

h.

Process guide for implementing a stand-alone version in an offline environment (i.e. at a desktop or laptop not connected to a network that is accessible by the public).

i.

A list (per product) of provided documentation and a list (per product) of available documentation.

Due no later than 5 weeks after start

d. Due no later than February 1st 2017 e. Due no later than February 1st 2017 f.

Part of bid submission

g. Due no later than February 1st 2017 h. Due no later than February 1st 2017 i.

Due no later than February 1st 2017

Due no later than February 1st 2017

Solution Generation Components Complete copy of all relevant scripts, build routines and particulars that are required to build an executable and fully functional product from source code.

Due no later than February 1st 2017

Solution Source Components Complete copy of all source code and source code component that are part of the solution.

Page 71

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Deliverables

Milestone

Knowledge Transfer Delivery and execution of a Knowledge Transfer plan of all relevant detail of the solution design, development, installation and environment to senior members of the Statistics Canada development team prior to the completion of the project. The plan must be clear, complete in content, as well as address the sharing of information and cover the following areas: x x

Technical use of components and their features Relationships between components and performance metrics

Due no later than 3 weeks after awarding of contract

Execution must be completed by February 1st 2017

Design approach and best use of components as well as their features. Due no later than November 1st 2016

Application Testing Strategy and Results The contractor must provide an Application Testing Strategy to test the functionality, the integration and the End-to-End flow of their solution. Functionality Testing in this context refer to testing the functionality and user friendliness of the solution. It is performed to verify that the software performs and functions correctly according to the specified requirements and the design specifications.

Execution must be completed by February 1st 2017

Integration Testing in this context refers to software testing in which multiple units that have already been tested are combined into components and the interface between them is tested. In other words individual software modules are combined and tested as a group. End-to-End Testing in this context refers to testing the flow of the application to ensure it is performing as designed from start to finish, to identify system dependencies and to ensure that the right information is passed between various system components and systems. The testing package must include a suite of repeatable test cases that can be used whenever a change or upgrade is made to the application code, maintenance database schema, and/or layer/table record layouts. The contractor must also provide the results of his testing for each of the above testing groups. Due no later than November 1st 2016

User Acceptance Testing Strategy The contractor must provide a testing strategy that will assist Statistics Canada subject matter experts in performing the user acceptance testing. The testing strategy must have sufficient and appropriate detail to guide the subject matter staff in designing and executing the user acceptance testing. It should identify the set of test that need to be tested to cover as many aspects of real-life scenarios a user of the system would perform. It should also identify the most common tasks and the most complex tasks an average user is expected to undertake. Integration and Installation Guide

Due no later than January 1st 2017

Complete documentation pertaining to the integration and setup of the solution within the Statistics Canada environments. This would be in the form of an integration and installation guide outlining all necessary steps. Due no later than February 1st 2017

User Guide and Web Tutorial A bilingual user guide and web tutorial to instruct users on the effective use of the solution.

Due no later than February 1st 2017

Proof of Solution Based Requirements If requested, delivery and execution of the successfully execution of a series of tests provided by Statistics Canada on certain identified Solution Based Requirements.

Page 72

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

6.2 Reporting Requirements The successful bidder will be responsible for all of the activities and deliverables described in this RFP and will liaise with the project authority. The successful bidder will be required to perform the following reporting activities to ensure that the overall project is well managed and delivered on schedule. x x x x x x x x

Manage and track project issues on a regular basis and remove obstacles to successful project completion. Report project progress (in writing) to the project authority on a regular basis on progress against schedules, budget consumption, testing, status of deliverables and other similar project artefacts. Write and submit a status report to the project authority on a mutually agreed upon schedule. Maintain overall project documentation for the post-project evaluation. Ensure stakeholder(s)’ review of implementation plan and approval prior to implementation. Manages risks throughout the project life cycle. Make formal presentations (includes preparing slides) and product demonstrations as requested by the project authority. Conduct regular (at least bi-weekly) project status/quality meetings with team members.

6.3 Method and Source of Acceptance All deliverables and services rendered under this contract are subject to inspection by the project authority. The project authority shall have the right to reject any deliverables that are not considered satisfactory, or require their correction before payment will be authorized. The project authority will conduct User Acceptance Testing of all delivered components to ensure that the solution meets the detailed requirements. User acceptance testing consists of a process of verifying that a solution works for the user. It ensures that the solution will work in real-life scenarios. This testing will be undertaken by Subject-Matter Experts (SME) and IT staff from Statistics Canada, who will provide a summary of the findings for confirmation to proceed after trial or review. User Acceptance Testing will be executed against a set of test scenarios. As part of the User Acceptance Testing, a set of security vulnerability testing will be performed by Statistics Canada IT staff to ensure no security issues have been identified prior to acceptance. Work must commence upon the date of contract award. Estimation must be provided in advance detailing the number of days required for completion of the regular scheduled requirements outlined in the section titled Project Deliverables and Schedule.

7

OPERATIONS

Statistics Canada is a federal government Agency of approximately 5,500 employees. About 80% of the employees are located at the Agency’s Headquarters site at Tunney’s Pasture in Ottawa. The remaining 20% are located in nine regional office sites across Canada. Shared Services Canada has the mandate to support all of Statistics Canada’s IT infrastructure, excluding application software development. Installation7 will be at the Enterprise Data Centre site in Gatineau. 7.1 Location of Work, Work Site and Delivery Point The contractor will perform the majority of the work under this contract at their own premises. Final installation of the solution will take place on site at Statistics Canada’s headquarters in Tunney’s Pasture, Ottawa. In the event any member of the contracting team is required to work on site, they must abide by the provisions of the Statistics Act. The Statistics Act can be viewed at the following website: http://laws-lois.justice.gc.ca/eng/acts/S-19/FullText.html.

7

Installation will need to be coordinated with Shared Services Canada

Page 73

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

7.2 Language of Work Any written deliverables are to be in English or French with electronic copies provided in MS Word, unless specified otherwise by Statistics Canada. 7.3 Statistics Canada Network Policy The agency maintains two separate networks. A secure network (Network A) is prohibited from connection to public communications facilities and is permitted to process data that is confidential under the Statistics Act. An accessible network (Network B) permits public access under controlled conditions but there is no processing of confidential data. Both Network A and Network B use Ethernet technology with speeds of 10100 megabits for users and 100 megabits or 1 gigabit for servers. To provide communications services between all Statistics Canada offices across Canada, Statistics Canada maintains a wide area network on both Network A and Network B. On Network A all transmissions are hardware-encrypted. Network B makes extensive use of firewalls and screening routers and has interfaces to external networks such as the Internet and Secure Channel/SCNet. Confidential data may only be transmitted or received on Network B using procedures specifically approved for that purpose (encryption is required). A store-and-forward service for secure transfer of mail and other data between the two networks is provided.

8

GLOSSARY

Description API

Application Programming Interfaces

CA

Census Agglomerations

CMA

Census Metropolitan Areas

CODR

Common Output Data Repository

COTS

Commercial of the Shelf

CSD

Census Subdivision

CSS3

Cascading Style Sheets, level 3

Data

Facts and statistics collected together for reference or analysis.

Data Visualisation

Refers to the techniques used to communicate data or information by encoding it as visual objects (e.g.,, points, lines, bars, and symbols) contained in graphics.

Dashboard

A dashboard is a visual display of the most important information needed to achieve one or more objectives; consolidated and arranged on a single screen so that the information can be monitored at a glance.

End-user

The person who actually uses the solution. This is contrary to the GC user who may design, support, maintain and extend the solution.

FoGs

Focus on Geography Series

GC

Government of Canada

GC User

Government of Canada personnel that may design, support, maintain and extend the solution.

Page 74

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Geographic Area

Refers to a distinct unit from a geographic level. For example the record of Ottawa from the CSD geographic level or the province of Ontario from the Provincial/Territorial level.

Geographic Level

Refers to a level of geography. For example Province/Territory or Census Subdivision (CSD).

GUI

Graphical User Interface

HTML5

Hyper Text Markup Language, Version 5

IM

Information Management

IT

Information Technology

Indicator

A statistical indicator is the representation of statistical data for a specified time, place or any other relevant characteristic, corrected for at least one dimension (usually size) so as to allow for meaningful comparisons. It is a summary measure related to a key issue or phenomenon and derived from a series of observed facts. Indicators can be used to reveal relative positions or show positive or negative change. They also allow comparisons over time between, for instance, geographic entities.

ITSG-33

Information Technology Security Guidance Publication 33

LDAP

Lightweight Directory Access protocol

Responsive Design

Responsive design in this context means to provide an optimal viewing and interaction experience that allows for clear reading and intuitive navigation that automatically adjusts based on the end-users platform.

REST

Representational State Transfer

RFP

Request for Proposals

SDK

Software Development Kit

SME

Subject-Matter Expert

SOA

Service-Oriented Architecture

SOAP

Simple Object Access Protocol

Solution

A product, combination of products, services, or a mix of products and services that a vendor, service provider or value added reseller will provide to meet a specified business need.

SSC

Shared Services Canada

User

A person who uses or operates something. In this specification it is used when not distinguishing between GC users and end-users.

UTF

Unicode Transformation Format

Page 75

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

WCAG

Web Content Accessibility Guidelines

WS-I

Web Services Interoperability

Page 76

CCC No./N° CCC - FMS No/ N° VME

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

Buyer ID - Id de l'acheteur

45045-140073/C

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Appendix A Network Diagram The diagram below illustrates the current Statistics Canada Census Enclave Web architecture. Please note some of the component of the current architecture may change, but the overall structure and concept will remain the same.

Census Dissemination System Architecture STC External Network B

Public Access Zone

GEO WEB Mapping Servers

Restricted Application Zone

Mapping Application Servers

STC Internal Network B

Restricted Data Zone

Highly Restricted Zone

STC Oracle DB Servers

STC SQL Server DB Servers

STC Web Servers SCNet STC Application Servers

Internet Visitors

Dissemination Web Servers

Dissemination Application / Search Servers

Dissemination Sybase DB Servers

STC Application Servers

Encrypted Traffic

Regional Office Users

Page 77

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Appendix B

Technology DBMS (databases)

Desktop OS Browser

Server OS

Presentation Host (e.g., http) Application Host (e.g., WebLogic, IIS) Microsoft Development (MSDN) Microsoft Development (MSDN) Java Development Java Development SAS Statistical Analysis (e.g., R, other) ICAM ICAM Integration Technology (EAIP) Spatial / Mapping

Business Intelligence Web Content Management

TECHNOLOGIES TO ALIGN WITH Vendor Products Microsoft (MS) SQLServer 2008 R2 and higher Oracle 12C and higher (including RDF) MySQL 5.6 and higher MS Windows 7 Internet Explorer V9 and higher Google Chrome and its newer version without modification Safari and its newer version without modification FireFox and its newer version without modification MS Windows Server 2011, 2013 Linux (RHEL) 6.4 and higher VMWare Workstation V11 Apache Tomcat HTTP Server v 2.6 and above

Corporate License Y/N N

N N

N

N

MS IIS v 7.5 and above MS IIS v 7.5 and above Oracle WebLogic V11g or higher IBM WebSphere (Census only) V8.x Visual Studio 2013 or higher, Microsoft .NET Framework 4.5 and higher Various Java IDE tools V8 JRE V6 or higher JSEE V6 or higher Complete Suite using most recent released version V9.3 or higher

N

N N

Y

R V3

N

MS Active Directory Oracle BPM Suite (Oracle Service Bus) V11g or higher

N N

ArcGIS for Server 10.1 and higher ArcSDE 10.2 and higher ArcGIS for Desktop 10.2 and higher SAP Business Objects 4.1 Drupal Version 7 and higher

N

Page 78

N N

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Appendix C Government Furnish Equipment CiaraTech tower for running ArcGis – Intel i5 with 16 GB of RAM, a standard graphic card and SATA hard drive. Our standard hardware is an Intel i5, 8 GB of RAM, standard graphic card and SATA hard drive. The solution needs to run on W7, W8.1 and W10 Enterprise version and IE 11 (if web based). It should not have to “call home” to function. In terms of corporate license, we only have SAS, and standard desktop such as MS Office 2013.

Page 79

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Appendix D Information Technology Security Guidance – ITSG33 Control ID AC-8

AC-10 AC-21

AC-22

AC-2

AC-3

AC-4

AC-5

AC-6

AC-7

AC-17

Name / Class System Use Notification / Technical x Display an approved system use notification message or banner before granting access to the system. Concurrent Session Control/ Technical x Limit the number of concurrent sessions for a particular user account or process. User-Based Collaboration and Information Sharing / Technical x Enabling authorized users to determine whether access authorizations assigned to the partners match the access restriction on the information. Publicly Accessible Content / Technical x Ensuring to designate authorized individuals to post information onto STATISTICS CANADA information systems that is publicly accessible. x Ensuring that publicly accessible information does not contain confidentially sensitive information. x Reviewing the content, for confidentially, of sensitive information of publicly accessible STATISTICS CANADA information systems prior to posting. Account Management/Technical x Define account types are used by the information systems x Establishing the conditions for group membership. x Identifying authorized users of the information systems and specifying access privileges. x Requiring appropriate approvals for request to establish accounts. x Establishing, activating, modifying, disabling, and removing accounts. x Authorizing and monitoring the use of guest and anonymous and temporary accounts. x Notifying account managers when temporary accounts are no longer required and when information system users are terminated / transferred, or information system usage or need-to-know/need-to-share changes. x Granting access to the system based on valid access authorization, intended system usage. Access Enforcement/Technical The information system controls access between users / processes and objects by the following access enforcement mechanisms: x Access control lists x Access control matrices x Cryptography x Other, specify: Information Flow Enforcement/Technical The information system enforces approved authorizations for controlling the flow of information within the system and between interconnected systems in accordance with STATISTICS CANADA policy. Separation of duties/Technical In order to prevent malevolent activity without collusion, mission functions must be divided among: x Different individuals /roles x Different administrator accounts for different roles. Least Privilege /Technical The objective of this control is to ensure that only the minimum rights should be assigned to a subject that requests access to a resource. The implementation of this control requires: x Users of information systems are only allowed necessary and authorized access to accomplish assigned tasks. x Day-to-day users are not authorized to access super user and administration accounts. x Users do not have access to security settings and auditing and logging facilities. Unsuccessful Login Attempts /Technical x The information system enforces the maximum number of consecutive invalid login attempts to the information system by a user and the time period in which the consecutive invalid attempts occur. x The information system locks account (e.g.,, privilege account) until released when the maximum number of unsuccessful attempts is exceeded Remote Access/ Technical x All allowed methods of remote access to an information system are documented (e.g.,, dial-up, broadband, wireless, virtual private network). x Remote access to an information system is authorized prior to connection.

Page 80

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Information Technology Security Guidance – ITSG33 Control ID

Name / Class STATISTICS CANADA requirements (policy) for the remote connection to the information systems are enforced. x Ensure that all employees working off site safeguard information as per minimum requirement in accordance with TBS operational security standards on Physical Security and STATISTICS CANADA IT security policy. x The information system monitors the unauthorized remote accesses. x The information system employs automated mechanisms to facilitate the monitoring and the control of remote access. x The information system uses cryptography to protect the confidentiality and the integrity of all remote access sessions. x Remote access should be routed through the limited number of managed access control points. x A remote access to privileged accounts should be performed on dedicated management console used exclusively for this purpose. Wireless Access / Technical x The usage restrictions and implementation guidance for wireless access is established. x The wireless access is authorized prior connection to the information systems. x The unauthorized wireless accesses to the information system are monitored for. x Requirements for the wireless access to the information systems are enforced (e.g., IT security policy). x All the wireless access should be routed through the limited number of managed access control points. x The information system protects wireless access to the systems using authentication and encryption. Access Control for Mobile devices / Technical x Mobile devices connected to information systems should meet the following usage restrictions and implementation guidance: x Configuration management. x Device Identification and authentication. x Implementation of mandatory protective software (e.g.,, malicious code detection, firewall). x Scanning devices for malicious code. x Operating system Integrity check. x Disabling unnecessary hardware (e.g.,, wireless, infrared). x Unauthorized connections of mobile devices to information systems are monitored. x Automatic execution of code is disabled on mobile devices. x Specially configured mobile devices are issued to individuals travelling to locations that STATISTICS CANADA deems to be of significant risk. Auditable Events / Technical x Events for audit logging have been identified for servers. x Events for audit logging have been identified for application and database. x Events for audit logging have been identified for network. x System is capable of auditing pre-defined set of events. Contents of Audit Record / Technical Audit events are in placed to associate an individual identity. Following elements are identified within each audit record for the event: x Date and time x Software and/or hardware component x Source (network, console) x Identity (user, device, etc.) x Outcome (success or failure) Audit Storage Capacity / Technical x Allocation of sufficient storage capacity for audit records. x Configuration of audit record storage capacity to prevent from exceeding the capacity. Audit Review, Analysis, and Reporting / Technical x Review and analyze information system audit records for indication of inappropriate or unusual activity and report findings. x Adjust the level of audit review, analysis, and reporting within the information system when there is a change in risk. Audit Generation / Technical x System can generate audit records for the set of events listed in AU-2 and contents in AU-3. x Audit records are time correlated and available in standard and/or common format. Identification and Authentication (Organizational Users) / Technical x

AC-18

AC-19

AU-2

AU-3

AU-4

AU-6

AU-12 IA-2

Page 81

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Information Technology Security Guidance – ITSG33 Control ID

IA-5

IA-6

SC-2

SC-5

Name / Class The information system uniquely identifies and authenticates organizational users or processes acting on behalf of users: x Employees, deemed employees (contractors, guest researchers) x Unique identification of users in group accounts (shared privilege accounts) for detailed accountability of activity. Authentication of user identities is accomplished through the use of: x Passwords x Tokens x Biometrics x Multifactor authentication Identification and authentication mechanisms are employed at the information system level, and at the application level by: x Using multifactor authentication for network access to privileged accounts. x Using multifactor authentication for network access to non-privileged accounts. Authenticator Management / Technical The information system authenticator for users and devices is managed by: x Verifying, as part of the initial authenticator distribution, the identity of the user or device receiving the authenticator. x Establishing initial authenticator content for authenticators defined by STATISTICS CANADA. x Ensuring that authenticators have sufficient strength of mechanism for their intended use. x Changing default content of authenticators upon information system installation. x Establishing minimum and maximum lifetime restrictions and reuse conditions for authenticators (if appropriate). x Changing/refreshing authenticators within a predefined time period. x Protecting authenticator content from unauthorized disclosure and modification. x Requiring users to take, and having devices implement, specific measures to safeguard authenticators. x Establishing and implementing administrative procedures for initial authenticator distribution, for lost/compromised or damaged authenticators, and for revoking authenticators. To safeguard user authenticators, following measures are included: x Maintaining possession of individual authenticators, not loaning or sharing with others. x Reporting lost or compromised authenticators immediately. x Issuing and revoking authenticators for temporary access such as that required for remote maintenance. To protect user authenticators stored within the information system: x Password stored in a hashed or encrypted format. x Files containing encrypted or hashed passwords accessible only with super user privileges. For information system with password-based authentication: x Enforces minimum password complexity and minimum/maximum lifetime restrictions as outlined in STATISTICS CANADA security policy. x Encrypts passwords in storage and in transmission. For information system with PKI-based authentication: x Validates certificates by CRL (certificate revocation lists) or Online certificate status protocol responses. x Enforces authorized access to the corresponding private key. Authenticator Feedback / Technical The information system obscures feedback of authentication information during the authentication process by: x Displaying asterisks when a user types in a password. x Using other means, please specify: Application Partitioning / Technical x The information system separates user functionality (including user interface services) from information system management functionality. x The information system physically or logically separates user interface services (e.g.,, public web pages) from information storage and management services (e.g.,, database management). x The information prevents the presentation of information system management-related functionality at an interface for general (i.e. non-privileged) users. Denial of service / Technical The information system protects against or limits the effect of denial of service.

Page 82

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Information Technology Security Guidance – ITSG33 Control ID

SC-7

SC-8

SC-9

SC-12

SC-13

SC-14

SC-18

SC-23

SC-24

SC-28

Name / Class Boundary Protection / Technical The information system monitors and controls communications at the external boundary of the system and at key boundaries within the system. The information system connects to external networks or information systems only through managed interfaces. Transmission Integrity / Technical Integrity of transmitted information is protected by: x Using of cryptography. The cryptography must be compliant with the requirements of control SC-13. x Other means, please specify Transmission Confidentiality / Technical Confidentiality (to prevent unauthorized disclosure) of transmitted information is protected by: x Using of cryptography. The cryptography must be compliant with the requirements of control SC-13 x Physically protecting information systems (e.g., media protection, locked containers). x Other means, please specify: Cryptographic key establishment and Management / Technical Cryptographic solution has been implemented for the information system. Cryptographic keys (symmetric and/or asymmetric) are produced, controlled, and distributed within STATISTICS CANADA. Use of Cryptography / Technical CSEC approved cryptography is in place for classified data. x Cryptographic keys (symmetric and/or asymmetric) are produced, controlled, and distributed within STATISTICS CANADA. x Above mentioned keys are using CESC approved key management technology and processes. (e.g.,: CSEC ITSA 11E). Public Access Protections / Technical Mechanisms are in place to address the integrity and availability of publicly available information and application. Mobile Code / Technical Acceptable mobile code and mobile code technologies have been defined. x Usage restriction and implementation guidance for acceptable mobile code has been established. x Above is maintained via authorization, monitoring, and controlling the usage of the mobile code. Session Authenticity / Technical This control focus on communication protection at session level. System provides mechanism, include but not limited to the following, to protect the authenticity of the communication sessions: x VPNs x TLS/SSL x Digital signatures x Digital certificates x CSEC approved encryption requirements and technology (refer to SC-13) Fail in known State / Technical Mechanisms are in place in order to ensure that systems fail in a consistent and secure state. System state information should be preserved in the event of a system failure. Protection of Information at Rest / Technical Mechanisms are in place so that the system protects the confidentiality and integrity of information at rest.

Page 83

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Appendix E

Page 84

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ANNEX B BASIS OF PAYMENT

Notice

1.

Bidder are to provide pricing in the unshaded areas of the line items. Bidder are not to make changes to the shaded regions.

2.

Prices set out in Supply Arrangements, Standing Offers or previously negotiated contract(s) do not apply to this Request for Proposal and references to them in Contractor’s financial proposal will not be considered and will render the Contractor’s Proposal non-responsive.

Page 85

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ANNEX B Table 1 – INITIAL REQUIREMENTS PART 1. Visually Statistically Intelligent Adaptive Data Viewing Solution Line Item

Firm Lot Price

Description

Breakdown of Costs:

1.1

1.2

Software Entity License Initial Period Cost Software Solution including software, warranty, documentation, media, installation and implementation, any upgrade and add on products, as described in the Contract Basis of Payment , see Part 7.11 (a) (i) and as required to meet the functional requirements as detailed in the Software Requirement Specifications (SRS) for 50 end users.

$

1st year Maintenance and Support Cost for 1.1 above $

Subtotal: Bidders are to provide a firm lot price.

Page 86

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

Buyer ID - Id de l'acheteur

45045-140073/C

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ANNEX B

Table 2 – OPTIONAL SOFTWARE MAINTENANCE AND SUPPORT SERVICES FOR THE INITIAL REQUIREMENT AS DESCRIBED IN THE CONTRACT. Line Item

Period of Maintenance and Support Service

1

Year 2 Optional Maintenance and Support Services

2

Year 3 Optional Maintenance and Support Services

3

Year 4 Optional Maintenance and Support Services

4

Year 5 Optional Maintenance and Support Services

5

Year 6 Optional Maintenance and Support Services

6

Year 7 Optional Maintenance and Support Services

7

Year 8 Optional Maintenance and Support Services

8

Year 9 Optional Maintenance and Support Services

Firm Lot Price

Subtotal: Notes 1. All prices and rates are FOB Destination, in Canadian Funds, include all applicable Canadian Customs Duties, and exclude the Goods and Services Tax (GST) and Harmonized Sales Tax (HST). For optional software, each option year commences on the anniversary of the date of the contract award. That is, Option Year 2 shall always be the year following the base year, even if the option is not exercised until 12 months or more after the Contract date. Maintenance and Support begins following the contract award.

Page 87

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ANNEX B Table 3 – OPTIONAL ADDITIONAL USERS VISUALLY STATISTICALLY INTELLIGENT ADAPTIVE DATA VIEWING SOLUTION OPTIONS INCLUDING ONE YEAR OF MAINTENANCE AND SUPPORT SERVICES Line Item 01

Firm Lot Price

Description Contractor’s complete client / server software application suite a) Each additional user b) Lot of 50 users c) Lot of 500 users d) Lot of 1000 users e)Lot of 5000 users Subtotal:

Notes: All prices and rates are FOB Destination, in Canadian Funds, include all applicable Canadian Customs Duties, and exclude the Goods and Services Tax (GST) and Harmonized Sales Tax (HST).

Page 88

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Table 4 – OPTIONAL ANNUAL SOFTWARE MAINTENANCE AND SUPPORT SERVICES FOR OPTIONAL ADDITIONAL USERS DETAILED IN TABLE 3 LineItem Description

Year 2

Year 3

Year 4

Year 5

Year 6

Year 7

Year 8

Contractor’s complete Client serversoftware application suite a) Each additional user b) Lot of 50 users c) Lot of 500 users d) Lot of 1000 users

e) Lot of 5000 users

Subtotal: Notes 1. All prices and rates are FOB Destination, in Canadian Funds, include all applicable Canadian Customs Duties, and exclude the Goods and Services Tax (GST) and Harmonized Sales Tax (HST). 2. For optional software, each option year commences on the anniversary of the date the optional software is installed. That is, Option Year 2 shall always be the year following the base year, even if the option is not exercised until 12 months or more after the Contract date. Maintenance and Support begins following the installation date of the software. Canada may purchase, anytime during the contract period, one or more lots of each option above.

Page 89

Version 5.1

Year 9

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Table 5 – PROFESSIONAL SERVICES ON AN AS AND WHEN REQUESTED BASIS Per Diem Rates For Task Authorizations for Evaluation Purposes only. Titles can be changed and replaced by the Contractor.

Item No.

Per Diem Rates as follows Titles may change

Example; John Doe Programmer

Estimate d Days

Rate per Hour CAD

Example

C$25.00

1

Program Manager

$

2

Engineer

$

3

Computer Systems Architect

$

4

Reg Compliance Analyst

$

5

PGM Cost Control Analyst ,

$

6

Procurement Assistant

$

7

Other

$

8

Other

$

Extended Price (Number of Hours x Rate) 1 Day = 7.5 hrs

C$187.50

sub-total The Contractor will use above rates in conjunction with ANNEX C Task Authorizations Form

Page 90

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Table 6 – Total Bid Price (TBP) for Evaluation Description

Price (CDN)

Initial Requirements (Subtotal from Table 1)

Options Optional Maintenance and Support – Initial Requirement (Subtotal from Table 2) Optional Software (Subtotal from Table 3) Optional Maintenance and Support – Optional Requirement (Subtotals from Table 4) Optional Professional Services (Subtotal from Table 5) Total Bid Price(TBP): Notes 1. Only the Total Evaluated Price is used in the Evaluation and Selection of a successful proposal. The

Total Bid Price and Total Estimated Contract Price are shown for information only.

Page 91

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ANNEX C TASK AUTHORIZATION FORM (SEE ATTACHED DOCUMENT BELOW)

Page 92

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

Buyer ID - Id de l'acheteur

45045-140073/C Client Ref. No. - N° de réf. du client

Contractor: Commitment #: Task Number (Amendment):

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

TASK AUTHORIZATION (TA) FORM Contract Number: Financial Coding: Issue Date:

Response Required By:

1. Statement of Work (Work Activities, Tasks and Deliverables)

2. 3. 4. 5. 6.

Period of Services: From (Date): Work Location: Travel Requirements: Language Requirements: Other Conditions/Constraints 7. Level of Security Clearance Required for the Contractor Personnel: 8. Method of Payment Maximum: 9. Contractor’s Response: Category and PWGSC Per Diem Rate Name of Proposed Security File Resource Number

To (Date):

Firm: Estimated # of Days

Total Cost

Estimated Cost Applicable Taxes Total Labour Total Travel & Living Cost Maximum TA Price Contractor’s Signature Name, Title and Signature of Individual Authorized to Sign on behalf of Contractor (type or print)

___________________________________ Signature ___________________________________ Date

10. Approval – Contracting Authority Name, Title and Signature of Individual Authorized to Sign on behalf of Statistics Canada (type or print)

___________________________________ Signature ___________________________________ Date

You are requested to sell to her Majesty the Queen in Right of Canada, in accordance with the terms and conditions set out herein, referred to herein, or attached hereto, the services listed herein and in any attached sheets at the price set out thereof.

Page 93

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

ANNEX D

PERFORMANCE GUARANTEE (to be provided at Contract Award, if required)

Page 94

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

List of Attachments to Part 3 - Bid Preparation Instructions Attachment 3.1 Substantiation of Technical Compliance Form Attachment 3.2 Bid Submission Form

Page 95

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Mandatory ID

M1 M2 M3 M4 M5 M6 M7 M8 M9 M10 M11 M12 M13 M14 M15 M16 M17 M18 M19 M20 M21 M22 M23 M24 M25 M26 M27 M28 M29 M30

SB1 SB2 SB3 SB4 SB5 SB6 SB7 SB8 SB9 SB10 SB11 SB12 SB13 SB14 SB15 SB16 SB17 SB18 SB19 SB20 SB21 SB22 SB23 SB24 SB25 SB26

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 3.1 Substantiation of Technical Compliance Form Contractor Stated Contractor Substantiation Contractor Substantiation Compliance Required Mandatory Met (Yes/No) Software Requirement Specifications from (Yes/No) the Contractor explaining how the criterion is met and relevant narrative and documentation to support these Software Requirement Specifications Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

Page 96

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

SB27 SB28 SB29 SB30 SB31 SB32 SB33 SB34 SB35 SB36 SB37 SB38 SB39 SB40 SB41 SB42 SB43 SB44 SB45 SB46 SB47 SB48 SB49 SB50 SB51 SB52 SB53 SB54 SB55 SB56 SB57 SB58 SB59 SB60 SB61 SB62 SB63 SB64 SB65 SB66 SB67 SB68 SB69 SB70 SB71 SB72 SB73 SB74 SB75 SB76 SB77 SB78 SB79 SB80 SB81 SB82 SB83 SB84 SB85 SB86 SB87

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

Page 97

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 3.2

BID SUBMISSION FORM Contractor's full legal name [Note to Bidder: Bidder who are part of a corporate group should take care to identify the correct corporation as the Contractor.] Authorized Representative of Contractor for evaluation purposes (e.g., clarifications)

Name: Title: Address: Telephone #: Fax #: Email:

Contractor's Procurement Business Number (PBN) [see the Standard Instructions 2003] [Note to Bidder: Please ensure that the PBN you provide matches the legal name under which you have submitted your bid. If it does not, the Contractor will be determined based on the legal name provided, not based on the PBN, and the Contractor will be required to submit the PBN that matches the legal name of the Contractor.] Jurisdiction of Contract: Province or Territory in Canada the Contractor wishes to be the legal jurisdiction applicable to any resulting contract (if other than as specified in solicitation) Former Public Servants See the Article in Part 2 of the bid solicitation entitled "Former Public Servant” for a definition of "Former Public Servant".

Is the Contractor a FPS in receipt of a pension as defined in the bid solicitation? Yes ____

No ____

If yes, provide the information required by the Article in Part 2 entitled "Former Public Servant " Is the Contractor a FPS who received a lump sum payment under the terms of the terms of the Work Force Adjustment Directive? Yes ____

No ____

If yes, provide the information required by the Article in Part 2 entitled "Former Public Servant " Canadian Content Certification As described in the solicitation, bids with at least 80% Canadian content are being given a preference. [For the definition of Canadian goods and services, consult the PWGSC SACC clause A3050T]

Hardware: (Contracting Authority should only insert when Supplemental General Conditions 4001 have been inserted in Part 7).

Licensed Software Maintenance and Support: (Contracting Authority should only insert when supplemental General Conditions 4004 has been inserted in Part 7).

On behalf of the Contractor, by signing below, I confirm that [check the box that applies]: At least 80 percent of the bid price consists of Canadian goods and services (as defined in the solicitation) Less than 80 percent of the bid price consists of Canadian goods and services (as defined in the solicitation) Toll-Free Telephone Number for maintenance services: Website for maintenance services: Toll-free Telephone Access: Toll-Free Fax Access: E-Mail Access: Website address for web support:

Page 98

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

BID SUBMISSION FORM Security Clearance Level of Contractor [include both the level and the date it was granted] [Note to Bidder: Please ensure that the security clearance matches the legal name of the Contractor. If it does not, the security clearance is not valid for the Contractor.] On behalf of the Contractor, by signing below, I confirm that I have read the entire bid solicitation including the documents incorporated by reference into the bid solicitation and I certify that: 1. The Contractor considers itself and its products able to meet all the mandatory requirements described in the bid solicitation; 2. This bid is valid for the period requested in the bid solicitation; 3. All the information provided in the bid is complete, true and accurate; and 4. If the Contractor is awarded a contract, it will accept all the terms and conditions set out in the resulting contract clauses included in the bid solicitation. Signature of Authorized Representative of Contractor

_________________________________________________

Page 99

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 3.3 REFERENCE PROJECT FORM (Reference required)

Contractor’s Response

Reference Information Particulars Project Name Organization name

Address

Contact name and position title

Telephone No. e-mail address Project Description to include the experience listed in Article 3.2 (iv) A.

Date of successful completion of the project, including delivery date. How satisfied is your customer in regard to the performance and reliability of the similar project (e.g., very good quality)

Page 100

Very Satisfied Satisfied Not satisfied

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

List of Attachments to Part 5 – Certifications Attachment 5.1 Federal Contractors Program for Employment Equity- Certification (Required Precedent to Contract Award) Attachment 5.2 Declaration of Convicted Offences (Form PWGSC-TPSGC (12/2015 required with bid) Attachment 5.3 Integrity Provisions – List of Names Form Attachment 5.4 Software Publisher Certification Form (if applicable) Attachment 5.5 Software Publisher Certification Form (if applicable)

Page 101

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 5.1

FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY – CERTIFICATION I, the Contractor, by submitting the present information to the Contracting Authority, certify that the information provided is true as of the date indicated below. The certifications provided to Canada are subject to verification at all times. I understand that Canada will declare a bid nonresponsive, or will declare a contractor in default, if a certification is found to be untrue, whether during the bid evaluation period or during the contract period. Canada will have the right to ask for additional information to verify the Contractor's certifications. Failure to comply with any request or requirement imposed by Canada may render the bid non-responsive or constitute a default under the Contract. For further information on the Federal Contractors Program for Employment and Social Development Canada (ESDC) - Labours' website. Date:___________(YYYY/MM/DD) (If left blank, the date will be deemed to be the bid solicitation closing date.) Complete both A and B. A. Check only one of the following: ( ) ( ) ( ) ( )

A5. ( )

A1. A2. A3.

The Contractor certifies having no work force in Canada. The Contractor certifies being a public sector employer. The Contractor certifies being a federally regulated employer being subject to the Employment Equity Act. A4. The Contractor certifies having a combined work force in Canada of less than 100 employees (combined work force includes: permanent full-time, permanent part-time and temporary employees [temporary employees only includes those who have worked 12 weeks or more during a calendar year and who are not full-time students]). The Contractor has a combined workforce in Canada of 100 or more employees; and A5.1 The Contractor certifies already having a valid and current Agreement to Implement Employment Equity (AIEE) in place with ESDC -Labour.

OR ( )

A5.2. The Contractor certifies having submitted the Agreement to Implement Employment Equity (LAB1168) to ESDC -Labour. As this is a condition to contract award, proceed to completing the form Agreement to Implement Employment Equity (LAB1168), duly signing it, and transmit it to ESDC -Labour. B. Check only one of the following: ( ) OR ( )

B1

The Contractor is not a Joint Venture.

B2. The Contractor is a Joint venture and each member of the Joint Venture must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification. (Refer to the Joint Venture section of the Standard Instructions).

Page 102

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 5.2 Declaration of Convicted Offenses Form This declaration form must be submitted as part of the bidding process. Please complete and submit in a sealed envelope labelled “Protected” to the attention of Integrity, Departmental Oversight Branch, PWGSC, 11 Laurier Street, Place du Portage, Phase III, Tower A, 10A1, Room 108, Gatineau (Québec) Canada K1A 0S5. Include the sealed envelope with your bid submission. This form is considered “Protected B” when completed. Complete Legal Name of Company: Company’s address: Company’s Procurement Business Number (PBN): Bid Number: Date of Bid: (YY-MM-DD) Have you ever, as the Contractor, your affiliates or as one of your directors, been convicted or have pleaded guilty of an offence in Canada or similar offence elsewhere under any of the following provisions 1 : Comments Yes No Financial Administration Act 80(1) d): False entry, certificate or return 80(2): Fraud against Her Majesty 154.01: Fraud against Her Majesty Criminal Code 121: Frauds on the government and contractor subscribing to election fund 124: Selling or Purchasing Office 380: Fraud – committed against Her Majesty 418: Selling defective stores to Her Majesty In the last 3 years, have you, as the Contractor, your affiliates or one of your directors, been convicted or have pleaded guilty of an offence in Canada or elsewhere under any of the following provisions 1: Criminal Code 119: Bribery of judicial officers,... 120: Bribery of officers 346: Extortion 366 to 368: Forgery and other offences resembling forgery 382: Fraudulent manipulation of stock exchange transactions 382.1: Prohibited insider trading 397: Falsification of books and documents 422: Criminal breach of Contract 426: Secret commissions 462.31 Laundering proceeds of crime 467.11 to 467.13: Participation in activities of criminal organization

Competition Act 45: Conspiracies, agreements or arrangements between competitors 46: Foreign directives 47: Bid rigging 49: Agreements or arrangements of federal financial institutions

Page 103

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

Buyer ID - Id de l'acheteur

45045-140073/C Client Ref. No. - N° de réf. du client

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

________________ 1 for which no pardon or equivalent has been received.

Yes

No

Comments

52: False or misleading representation 53: deceptive notice of winning a prize Corruption of Foreign Public Officials Act 3: Bribing a foreign public official 4: Accounting 5: Offence committed outside Canada Controlled Drugs and Substance Act 5: Trafficking in substance 6: Importing and exporting 7: Production of substance Other Acts 239: False or deceptive Software Requirement Specificationss of the Income Tax Act 327: False or deceptive Software Requirement Specificationss of the Excise Tax Act Additional Comment

I, (name)____________________, (position)__________________________________, of (company name Contractor)_____________________________ ______________________authorise PWGSC to collect and use the information provided, in additional to any other information that may be required to make a determination of ineligibility and to publicly disseminate the results. I, (name) __________________, (position) ____________________________________, of (company name Contractor)_________________________________________________certify that the information provided in this form is, to the best of my knowledge, true and complete. Moreover, I am aware that any erroneous or missing information could result in the cancellation of my bid as well as a determination of ineligibility/suspension. We appreciate your interest in doing business with The Government of Canada and your understanding on the additional steps that we need to take to protect the integrity of PWGSC’s procurement process.

Page 104

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C

Buyer ID - Id de l'acheteur

002ee

Client Ref. No. - N° de réf. du client

File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 5.3 Integrity Provisions-List of Names Form In accordance with Part 5, Article 5.2 (a) – Integrity Provision – List of Names, please complete the Form below. Complete Legal Name of Company Company’s address Company’s Procurement Business Number (PBN) Solicitation number Board of Directors (Use Format – first name last name) Or put the list as an attachment 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Director Director Director Director Director Director Director Director Director Director Other members

Comments

Page 105

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 5.4 (if applicable)

Form 5.5 Software Publisher Certification Form (to be used where the Contractor itself is the Software Publisher) The Contractor certifies that it is the software publisher of all the following software products and that it has all the rights necessary to license them (and any non-proprietary subcomponents incorporated into the software) on a royalty-free basis to Canada pursuant to the terms set out in the resulting contract:

[Bidder should add or remove lines as needed]

Page 106

Version 5.1

Solicitation No. - N° de l'invitation

Amd. No. - N° de la modif.

45045-140073/C Client Ref. No. - N° de réf. du client

Buyer ID - Id de l'acheteur

002ee File No. - N° du dossier

CCC No./N° CCC - FMS No/ N° VME

Attachment 5.5 (if applicable)

Form 5.6 Software Publisher Authorization Form (to be used where the Contractor is not the Software Publisher) This confirms that the software publisher identified below has authorized the Contractor named below to license its proprietary software products under the contract resulting from the bid solicitation identified below. The software publisher acknowledges that no shrinkwrap or click-wrap or other terms and conditions will apply, and that the contract resulting from the bid solicitation (as amended from time to time by its parties) will represent the entire agreement, including with respect to the license of the software products of the software publisher listed below. The software publisher further acknowledges that, if the method of delivery (such as download) requires a user to "click through" or otherwise acknowledge the application of terms and conditions not included in the bid solicitation, those terms and conditions do not apply to Canada's use of the software products of the software publisher listed below, despite the user clicking "I accept" or signalling in any other way agreement with the additional terms and conditions. This authorization applies to the following software products:

[Contractors should add or remove lines as needed]

Name of Software Publisher (SP) Signature of authorized signatory of SP Print Name of authorized signatory of SP Print Title of authorized signatory of SP Address for authorized signatory of SP Telephone no. for authorized signatory of SP Fax no. for authorized signatory of SP Date signed Solicitation Number Name of Contractor

Page 107

Version 5.1