SSC IT Pro

SSC IT Pro LogoWhat is SSC IT Pro?

Shared Services Canada IT Procurement


What is the SSC IT Pro SEO Business Solution?

The SSC IT Pro SEO Business Solution is an all-in-one marketing, sales and SEO optimized business strategy that empowers contract holders with everything they need to become the most recognized brand in the SSC IT Pro marketplace.

For a limited time, SSC IT Pro contract holders can participate in a Free SEO Proof-of-Concept Program to experience what it really means to be everywhere your buyers are.

Supporting Documents:

  • SSC IT Procurement Manual
  • SSC NMSO Terms and Conditions
  • IT Pro FAQ

Microcomputers NMSO Product List

Desktops/Workstations      
       
1.0D Ultra Small Form Factor Desktop (USFF) - Windows 10 ProfessionalOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Lenovo Canada Inc.ThinkCentre M75q Gen 2 AMD$879.31$1,445.34$25,000.00$400,000.00
 Lenovo Canada Inc.ThinkCentre M90q G1$991.77$1,447.36$25,000.00$400,000.00
 Dell Canada Inc.Dell Optiplex 5090 Micro$1,160.90$1,493.17$25,000.00$200,000.00
 Dell Canada Inc.Dell Optiplex 7090 Micro$1,180.90$1,501.76$25,000.00$200,000.00
 HP Canada Co.EliteDesk 805 G6 Desktop Mini$1,134.05$1,599.94$25,000.00$150,000.00
 HP Canada Co.HP ProDesk 600 G6 Desktop Mini$1,240.56$1,712.01$25,000.00$100,000.00
       
2.0D Small Form Factor Desktop (SFF) - Windows 10 ProfessionalOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Ciara Technologies Inc.Ciara Horizon D10500$919.00$1,235.85$25,000.00$400,000.00
 Ciara Technologies Inc.Ciara Horizon D10750$950.00$1,244.34$25,000.00$400,000.00
 Lenovo Canada Inc.ThinkCentre M75s SFF Gen 2$937.33$1,356.67$25,000.00$200,000.00
 Dell Canada Inc.Dell Optiplex 7090 SFF$1,181.90$1,457.04$25,000.00$150,000.00
 Dell Canada Inc.Dell Optiplex 5090 SFF$1,174.90$1,458.14$25,000.00$150,000.00
 Lenovo Canada Inc.ThinkStation P340s$1,034.36$1,484.65$25,000.00$150,000.00
 HP Canada Co.EliteDesk 805 G6 Desktop Small Form Factor$1,178.89$1,520.19$25,000.00$150,000.00
 Northern Micro Inc.Northern Micro Spirit Q370-AS SFF$1,207.00$1,531.65$25,000.00$150,000.00
 HP Canada Co.ProDesk 600 G6 SSF$1,291.01$1,589.67$25,000.00$100,000.00
       
3.0D Tower Desktop - Windows 10 ProfessionalOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Ciara Technologies Inc.Ciara Horizon T10750$1,019.00$1,388.19$25,000.00$400,000.00
 Lenovo Canada Inc.Lenovo ThinkStation P340$1,024.32$1,593.76$25,000.00$150,000.00
 Lenovo Canada Inc.Lenovo ThinkCentre M920$1,011.72$1,644.91$25,000.00$150,000.00
 Dell Canada Inc.Dell Optiplex 5090 Tower$1,251.90$1,676.41$25,000.00$150,000.00
 Dell Canada Inc.Dell Optiplex 7090 Tower$1,261.90$1,677.11$25,000.00$150,000.00
 HP Canada Co.ProDesk 600 G6 MT$1,319.04$1,727.66$25,000.00$150,000.00
 Northern Micro Inc.Northern Micro Spirit Q370-AS TWR$1,232.34$1,732.48$25,000.00$150,000.00
       
4.0D 3D Workstation - Windows 10 ProfessionalOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Ciara Technologies Inc.Ciara Kronos 540$3,261.00$3,194.86$25,000.00$400,000.00
 Northern Micro Inc.Northern Micro Spirit X399-AS$3,118.00$3,339.22$25,000.00$200,000.00
 Lenovo Canada Inc.ThinkStation P620$3,469.00$3,519.80$25,000.00$150,000.00
 Northern Micro Inc.Northern Micro Spirit X299-AS$3,515.00$3,574.60$25,000.00$150,000.00
       
5.0D Single Processor Engineering Workstation - Windows 7 and 10 ProfessionalOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Lenovo Canada Inc.Lenovo ThinkStation P520$4,011.89$5,017.46$25,000.00$400,000.00
 HP Canada Co.HP Z4 Generation 4 Workstation Platform$4,373.07$5,068.62$25,000.00$400,000.00
 Dell Canada Inc.Dell Precision 5820 Tower$4,250.00$5,078.24$25,000.00$400,000.00
       
6.0D Dual Processor Engineering Workstation - Windows 7 and 10 ProfessionalOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Lenovo Canada Inc.Lenovo ThinkStation P720$5,010.58$7,275.83$25,000.00$400,000.00
 HP Canada Co.HP Z6 Generation 4 Workstation Platform Dual Intel Xeon Silver 4214$5,533.47$7,318.44$25,000.00$400,000.00
 Dell Canada Inc.Dell Precision 7820 Tower$5,510.00$7,398.24$25,000.00$400,000.00
 Lenovo Canada Inc.Lenovo ThinkStation P920$5,280.03$7,446.56$25,000.00$400,000.00
 Dell Canada Inc.Dell Precision 7920 Tower$5,600.00$7,521.74$25,000.00$200,000.00
 HP Canada Co.HP Z8 Generation 4 Workstation Platform Dual Intel Xeon Silver 4214$5,852.99$7,563.59$25,000.00$200,000.00
       
Microcomputer Mobile Devices      
       
1.0N - Thin and Light Notebook - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Lenovo Canada Inc.Lenovo x13 Gen 2 (AMD)$1,244.78$1,232.85$25,000.00$400,000.00
 Dell Canada Inc.Dell Latitude 5420$1,280.00$1,278.55$25,000.00$200,000.00
 Lenovo Canada Inc.Lenovo ThinkPad L14 (AMD)$1,367.48$1,332.96$25,000.00$200,000.00
 Dell Canada Inc.Dell Latitude 7320$1,425.00$1,401.73$25,000.00$150,000.00
 HP Canada Co.HP EliteBook 845 G8$1,625.67$1,470.84$25,000.00$150,000.00
 HP Canada Co.HP EliteBook 840 G8$1,657.00$1,511.07$25,000.00$150,000.00
 Dynabook Canada Inc.Dynabook Tecra A40-J$1,628.00$1,573.62$25,000.00$100,000.00
 Dynabook Canada Inc.Dynabook Portege A30-G$1,662.00$1,628.09$25,000.00$100,000.00
 more info     
       
       
       
       
2.0N - Ultra Thin and Light Notebook - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Lenovo Canada Inc.LenovoThinkPad T14s G2$1,476.90$1,648.53$25,000.00$400,000.00
 Lenovo Canada Inc.Lenovo ThinkPad x1 Carbon 9th Gen$1,821.74$1,738.04$25,000.00$200,000.00
 Dynabook Canada Inc.Dynabook Portege X40-J$1,765.00$1,830.73$25,000.00$150,000.00
 Dynabook Canada Inc.Dynabook Portege X30L-J$1,832.00$1,876.23$25,000.00$150,000.00
 Northern Micro Inc.Microsoft Surface Laptop 4$2,230.00$2,143.26$25,000.00$150,000.00
 Dell Canada Inc.Dell Latitude 7420$2,101.00$2,143.46$25,000.00$150,000.00
 HP Canada Co.HP Elite Dragonfly G2$2,395.00$2,349.25$25,000.00$100,000.00
 HP Canada Co.HP EliteBook x360 1030 G8$2,438.52$2,421.09$25,000.00$100,000.00
 more info     
       
       
       
       
3.0N - 15 Inch Notebook - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Latitude 5520$1,306.00$1,340.19$25,000.00$400,000.00
 Dell Canada Inc.Dell Precision Workstation 3560$1,354.00$1,400.03$25,000.00$200,000.00
 Lenovo Canada Inc.Lenovo ThinkPad T15 G2$1,419.47$1,486.12$25,000.00$150,000.00
 HP Canada Co.HP EliteBook 850 G8$1,760.00$1,623.95$25,000.00$150,000.00
 HP Canada Co.HP ProBook 650 G8$1,745.64$1,635.93$25,000.00$150,000.00
 Lenovo Canada Inc.Lenovo ThinkPad P15s G2$1,847.16$1,758.28$25,000.00$100,000.00
 Dynabook Canada Inc.Dynabook Tecra A50-J$1,780.00$1,775.13$25,000.00$100,000.00
 more info     
       
       
       
       
4.0N - 12 inch Detachable 2-in-1 Device - Windows 10 Pro (Fulfilled by Authorized Indigenous Resellers)OfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dynabook Canada Inc.Dynabook Portege X30T-E$1,330.00$1,276.10$25,000.00$400,000.00
 Dell Canada Inc.Dell Latitude 7320 Detachable$2,033.00$1,795.80$25,000.00$150,000.00
 Northern Micro Inc.Microsoft Surface Pro 7+$2,209.00$2,056.00$25,000.00$150,000.00
 HP Canada Co.HP Elite X2 G8$2,365.64$2,066.36$25,000.00$100,000.00
 Lenovo Canada Inc.Lenovo ThinkPad x12$2,362.28$2,153.70$25,000.00$100,000.00
 more info     
       
       
       
       
5.0N - 12 inch Advanced Detachable 2-in-1 Device - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Lenovo Canada Inc.Lenovo x1 Tablet 3rd Gen$2,252.17$2,050.42$25,000.00$400,000.00
 Northern Micro Inc.Microsoft Surface Pro 7 +$2,209.00$2,066.33$25,000.00$400,000.00
 HP Canada Co.HP Elite X2 G8$2,505.79$2,192.20$25,000.00$200,000.00
 more info     
       
       
       
       
6.0N - 12 Inch Convertible 2-in-1 notebook - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Latitude 5320 2-in-1$1,405.00$1,373.27$25,000.00$400,000.00
 Lenovo Canada Inc.Lenovo ThinkPad x13 Yoga G2$1,776.80$1,686.31$25,000.00$150,000.00
 Dynabook Canada Inc.DynaBook Portege X30W-J$1,890.00$1,791.24$25,000.00$150,000.00
 HP Canada Co.HP EliteBook x360 1040 G8$2,041.21$1,831.65$25,000.00$150,000.00
 Dell Canada Inc.Dell Latitude 9410 2-in-1$1,985.00$1,836.80$25,000.00$150,000.00
 HP Canada Co.HP EliteBook x360 830 G8$2,046.11$1,843.21$25,000.00$150,000.00
 Lenovo Canada Inc.Lenovo ThinkPad x1 Yoga 6th Gen$2,205.36$2,039.04$25,000.00$100,000.00
 more info     
       
       
       
       
7.0N - 10 Inch Slate Tablet - Windows 10 Pro, Android Knox, Apple iOS 11 (Fulfilled by Authorized Indigenous Resellers)OfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 ACT Inc.Apple iPad 10.2 inches$815.00$763.60$25,000.00$400,000.00
 PureSpirIT Solutions.Microsoft Surface Go 2$858.00$818.04$25,000.00$400,000.00
 Samsung Electronics Canada Inc.Samsung Galaxy Tab Active Pro$918.00$934.52$25,000.00$400,000.00
 ACT Inc.Apple iPad Air 10.9 inches$1,169.00$1,084.30$25,000.00$400,000.00
 more info     
       
       
       
       
8.0N - 15 Inch Mobile Engineering Workstation - Windows 10 Pro (Fulfilled by Authorized Indigenous Resellers)OfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Precision 7560$2,558.00$3,054.35$25,000.00$400,000.00
 Lenovo Canada Inc.Lenovo ThinkPad P15 G2$3,019.17$3,114.90$25,000.00$400,000.00
 HP Canada Co.HP ZBook Fury 15 G8 i7$3,122.42$3,129.52$25,000.00$400,000.00
 HP Canada Co.HP ZBook Fury 15 G8 i9$3,425.14$3,386.29$25,000.00$150,000.00
 more info     
       
       
       
       
9.0N - 15 Inch Thin and Light Mobile Workstation - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Precision 5560$2,833.00$2,675.66$25,000.00$400,000.00
 HP Canada Co.HP ZBook Studio G8$3,116.94$2,879.14$25,000.00$200,000.00
 HP Canada Co.HP ZBook Studio G8 i9$3,283.10$3,027.12$25,000.00$150,000.00
 Lenovo Canada Inc.Lenovo ThinkPad x1 Extreme Gen 4$3,270.00$3,048.76$25,000.00$150,000.00
 Lenovo Canada Inc.Lenovo ThinkPad P1 4G$3,322.50$3,098.42$25,000.00$150,000.00
 Northern Micro Inc.Microsoft Surface Laptop Studio$3,449.00$3,264.00$25,000.00$150,000.00
 more info     
       
       
       
       
10.0N - 17 inch Mobile Engineering Workstation - Windows 10 Pro (Fulfilled by Authorized Indigenous Resellers)OfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Precision 7760$3,010.00$3,565.96$25,000.00$400,000.00
 HP Canada Co.HP ZBook Fury 17 G8$2,954.25$3,601.91$25,000.00$400,000.00
 Lenovo Canada Inc.Lenovo ThinkPad P17 Gen 2$2,981.54$3,890.65$25,000.00$200,000.00
 more info     
       
       
       
       
11.0N - Ruggedised Notebook - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Latitude 7424$3,550.00$3,287.89$25,000.00$400,000.00
 PureSpirIT Solutions.Getac B360$3,676.43$3,721.20$25,000.00$150,000.00
 PanasonicPanasonic Toughbook CF33 MK2$4,031.00$3,761.54$25,000.00$150,000.00
 PureSpirIT Solutions.Getac K120$4,079.40$4,116.16$25,000.00$100,000.00
 more info     
       
       
       
       
12.0N - Ruggedised Detachable 2-in-1 Device - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Latitude 7220KB$3,125.00$2,990.70$25,000.00$400,000.00
 PanasonicPanasonic Toughbook CF20$3,400.00$3,387.98$25,000.00$150,000.00
 PanasonicPanasonic Toughbook CF33 MK2$3,781.00$3,682.79$25,000.00$150,000.00
 more info     
       
       
       
       
13.0N - 10 Inch Ruggedised Slate Tablet - Windows 10 ProOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Latitude 7220TB$2,721.00$2,415.69$25,000.00$400,000.00
 PanasonicPanasonic Toughpad FZ-G1$2,800.00$2,554.84$25,000.00$200,000.00
 PureSpirIT Solutions.Getac UX10 G2$2,700.00$2,747.30$25,000.00$150,000.00
 more info     
       
       
       
       
14.0N - Semi-Ruggedised Notebook - Windows 10 Pro.OfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 PureSpirIT Solutions.Getac S410$2,328.08$2,734.57$25,000.00$400,000.00
 PanasonicPanasonic Toughbook 55 14 Inch$2,345.00$2,932.90$25,000.00$200,000.00
 Dell Canada Inc.Dell Latitude 5420 Rugged$2,745.00$2,953.45$25,000.00$200,000.00
 Dell Canada Inc.Dell Latitude 5424 Rugged$2,820.00$3,015.67$25,000.00$150,000.00
       
       
Thin Clients      
       
1.0T Stateless Thin ClientOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Wyse 3040$390.00$397.49$25,000.00$400,000.00
 HP Canada Co.HP T540 Thin Client$468.64$468.33$25,000.00$150,000.00
 Dell Canada Inc.Dell Wyse 5060$498.00$491.49$25,000.00$150,000.00
 Dell Canada Inc.Dell Wyse 5070$507.00$503.54$25,000.00$150,000.00
 more info     
       
       
       
       
1.1T Secure Stateless Thin Client with FibreOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Wyse 5060$594.00$568.09$25,000.00$400,000.00
 Dell Canada Inc.Dell Wyse 5070$679.00$644.74$25,000.00$150,000.00
 Dell Canada Inc.Dell Wyse 5070 Extended$774.00$727.69$25,000.00$100,000.00
 more info     
       
       
       
       
2.0T Windows 10 IoT Thin ClientOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Wyse 5070$535.00$527.34$25,000.00$400,000.00
 Dell Canada Inc.Dell Wyse 5060$586.00$566.29$25,000.00$200,000.00
 Lenovo Canada Inc.Lenovo M715Q ThinClient$612.75$582.87$25,000.00$150,000.00
 HP Canada Co.HP t740 W10$626.73$602.70$25,000.00$150,000.00
 Dell Canada Inc.Dell Wyse 5070 Extended$623.90$605.11$25,000.00$150,000.00
 more info     
       
       
       
       
2.1T Secure Windows 10 IoT Thin Client with FibreOfferorProduct NamePriceEvaluation PriceCall-Up Limitation Identified UsersCall-Up Limitation SSC
 Dell Canada Inc.Dell Wyse 5060$685.00$645.44$25,000.00$400,000.00
 Dell Canada Inc.Dell Wyse 5070$708.00$669.39$25,000.00$200,000.00
 Dell Canada Inc.Dell Wyse 5070 Extended$750.00$707.29$25,000.00$200,000.00
       
       
Monitors      
       
Standing Offer No      
E60EJ-11000C/013/EJItem #Item Name    
 HW-SO-C-WIR-CIA.8175.1.CWi-Fi card 802.11ac + BlueTooth M.2 2230 with antenna cables, Intel, 215866 + 2x213969    
 HW-SO-C-M24-CIA.8175.1.C24 inch Wide monitor with 1920x1080 resolution, Philips, 241B8EQJEB - 217375    
 HW-SO-C-M24H-CIA.8175.2.C24 inch Wide monitor with 2560x1440 resolution, Philips, 245B1 - 221363    
 HW-SO-C-M27-CIA.8175.3.C27 inch Wide monitor with 2560x1440 resolution, Philips, 275B1 - 221291    
 HW-SO-C-M27H-CIA.8175.4.C27 inch Wide monitor with 3840x2160 resolution, Philips, 272P7VUBNB - 218649    
 HW-SO-C-M32-CIA.8175.5.C32 inch Wide monitor with 3840x2160 resolution UHD HDMI - DP - USB 3.0 HUB, Samsung , S32A804NMN    
 HW-SO-C-RAM-CIA.8175.1.C8GB DIMM DDR4 2666MHz non-ecc, Kingston, 213116    
 HW-SO-C-RAM-CIA.8175.2.C16GB DIMM DDR4 2666MHz non-ecc, Kingston, 213117    
 HW-SO-C-IHDD-CIA.8175.1.CWestern Digital 256GB SN530 M.2 NVMe SSD (SDBPNPZ-256G), 221846    
 HW-SO-C-IHDD-CIA.8175.2.CMicron 2300 512GB M.2 NVMe x4 SSD (MTFDHBA512TDV-1AZ1AABYY), 222831    
 HW-SO-C-IHDD-CIA.8175.3.CMicron 2300 1TB M.2 NVMe x4 SSD (MTFDHBA1T0TDV-1AZ1AABYY), 222832    
 HW-SO-C-IHDD-CIA.8175.4.CWD SA530 SSD, 512 Gb, SATA3, 2.5in. SDASB8Y-512G (M.2 available on request), Western Digital , 217772    
 HW-SO-C-IHDD-CIA.8175.5.CWD SA530 SSD, 1TB, SATA3, 2.5in.-SDASB8Y-1T00 (M.2 available on request), Western Digital , 218830    
 HW-SO-C-IHDD-CIA.8175.6.C1300 256GB 2.5in. OPAL 2 SED SSD (MTFDDAK256TDL-1AW12ABYY), Micron, 218155    
 HW-SO-C-IHDD-CIA.8175.7.CInternal SSD 1300 512GB 2.5in. OPAL 2 SED, Micron, 218158    
 HW-SO-C-OPD-CIA.8175.1.C24x DVD+-RW Black SATA (GH24NSC0) internal, LG, 207216    
 HW-SO-C-USB-CIA.8175.1.CUSB 3.2 DataTraveler Exodia 32GB (DTKN-32GB), Kingston, 222803    
 HW-SO-C-USB-CIA.8175.2.CUSB 3.2 DataTraveler Exodia 64GB (DTKN-64B), Kingston, 222804    
 HW-SO-C-USB-CIA.8175.3.CUSB 3.2 DataTraveler Exodia 32GB (DTKN-128GB), Kingston, 222805    
 HW-SO-C-EUSB-CIA.8175.1.CEnc. USB Key 16GB DataTraveler 4000G2 w-mgmt FIPS 140-2 level 3 certified, Kingston, 212460    
 HW-SO-C-EUSB-CIA.8175.2.CEnc. USB Key 32GB DataTraveler 4000G2 w-mgmt FIPS 140-2 level 3 certified, Kingston, 212461    
 HW-SO-C-EUSB-CIA.8175.3.CEnc. USB Key 64GB DataTraveler 4000G2 w-mgmt FIPS 140-2 level 3 certified, Kingston, 215905    
 HW-SO-C-KEY-CIA.8175.1.CKeyboard TBITS-5 Multilingual (KBS225T5-USB-BL), Solidus, 10900    
 HW-SO-C-KEY-CIA.8175.2.CKeyboard Wired 600 English, Microsoft, 51826    
 HW-SO-C-KEY-CIA.8175.3.CKeyboard bilingual BLACK, USB with bilingual function keys, Solidus, 200974    
 HW-SO-C-MOS-CIA.8175.1.CBasic Optical Mouse, Microsoft, 20999    
 HW-SO-C-MOS-CIA.8175.2.CWireless Mobile Mouse 1850 (U7Z-00002), Microsoft, 215868    
 HW-SO-C-MOS-CIA.8175.3.CBluetooth Mobile Mouse 3600 (PN7-00002), Microsoft, 215869    
 HW-SO-U-IMCR-CIA.8175.1.CStartech 22 in 1 media card reader for 3.5 inch bay - 35FCREADBK3, Startech , 204622    
 HW-SO-U-MISACC-CIA.8175.3.CRack mount kit for Ciara Horizon 8175 - 8275 chassis - 1907-3-000-03, Kendall Howard, 218233    
 HW-SO-U-MISACC-CIA.8175.4.CExternal LED debug card for motherboard troubleshooting - LPC Dubug Card, ASUS , 218617    
 HW-SO-U-MISACC-CIA.8175.5.C60mm dust filter for Ciara Horizon 8175 - CCFF6CM, Coolcox , 218660    
 HW-SO-U-MISACC-CIA.8175.6.CErgo Touchpad - ETP001ETP, Ergo Touchpad , 222057    
 HW-SO-U-MISACC-CIA.8175.7.CExtra Large Ergo Touchpad - ETP001ELTP, Ergo Touchpad , 222058    
 HW-SO-U-MISACC-CIA.8175.8.CPrecision Touchpad - ETP001PTP, Ergo Touchpad , 222059    
 HW-SO-U-MISACC-CIA.8175.9.CX-keys XK-16 stick,backlit, PI Engineering , XK-0981-UCK16-R    
 HW-SO-U-AMON-CIA.8175.10.CGeChic On-Lap 1503E 15.6 inch mobile monitor, 1920x1080, HDMI - USB-C, GeChic, 1503E    
 HW-SO-U-KVM4S-CIA.8175.11.CVertiv-Cybex SC840D 4-port Secure Desktop KVM DP&HDMI KVM, Vertiv , SC840D-001    
 HW-SO-U-KVMC-CIA.8175.12.CVertiv 6ft Cable assembly 1-DP - 1-USB - 1-Audio (for Cybex SC840D), Vertiv , CBL0102    
 HW-SO-U-KVM8S-CIA.8175.13.CVertiv-Cybex SCM185DP Single-Head Secure KVM, 8x2, 8DP ports in-2 DP out, DPP, Vertiv , SCM185DP-001    
 HW-SO-U-KVMC-CIA.8175.14.CVertiv 6ft Cable assembly 2xUSB Type B - audio 3.5mm - 20 DP Male, Vertiv , CBL0104    
 HW-SO-U-KVM2S-CIA.8175.15.CVertiv-Cybex SC820D 2-Port DP single-head Seccure KVM, USB 2.0 - Audio, Vertiv , SC820D-001    
 HW-SO-U-KVMC-CIA.8175.16.CVertiv 6ft Cable assembly 1xDP - 1xUSB Type A - audio 3.5mm, Vertiv , CBL0102    
 HW-SO-U-KVM4S-CIA.8175.17.CVertiv-Cybex SC945 4-port DVI-I DH Secure Desktop KVM DPP, Vertiv , SC945-001    
 HW-SO-U-KVMC-CIA.8175.18.CVertiv 6ft Cable assembly 2-DVI-I - 2-USB - 1-Audio (for Cybex SC945), Vertiv , CBL0148    
 HW-SO-U-HPH-CIA.8175.19.CMicrosoft LifeChat LX-3000 Headset (JUG-0001X), Microsoft , 216735    
 HW-SO-U-CAM-CIA.8175.20.CMicrosoft LifeCam Cinema for Business - 720P (6CH-00001), Microsoft , 6CH-00001    
 HW-SO-U-KYBMSE-CIA.8175.21.CKensington Pro Fit Ergo Wireless Keyboard and mouse (75406), Kensington , 223579    
 HW-SO-U-MNT-CIA.8175.22.CKensington SmartFit One-Touch Height Adjust Dual Monitor arm (55471), Kensington , 223580    
 HW-SO-U-KVM2-CIA.8175.23.CIOGEAR 2-Port 4K Dual View DP KVMP with USB 3.0 Hub-Audio. Cables incl. (GCS1942), IoGear , 223718    
       
24 inch Wide monitor with 1920x1080 resolution, HDMI - DP 2 x USB, no audio, Samsung , F24T45 - 222147Item#Item Name    
 HW-SO-C-M24-CIA.540.1.C24 inch Wide monitor with 1920x1080 resolution, HDMI - DP 2 x USB, no audio, Samsung , F24T45 - 222147    
 HW-SO-C-M24H-CIA.540.2.C24 inch Wide monitor with 2560x1440 resolution Samsung S24A608U, Samsung , 223732    
 HW-SO-C-M27-CIA.540.3.C27 inch Wide monitor with 2560x1440 resolution, S27A600U, Samsung , 223008    
 HW-SO-C-M27H-CIA.540.4.C27 inch Wide monitor with 3840x2160 resolution, S27A804U, Samsung , 223009    
 HW-SO-C-M32-CIA.540.5.C32 inch Wide monitor with 2560x1440 resolution (S32A600U), Samsung, 222079    
 HW-SO-C-M34-CIA.540.6.C34 inch Wide Curved Monitor with 3440x1440 resolution, Philips , 346E2CUAE - 221689    
 HW-SO-C-RAM-CIA.540.1.C8GB DIMM DDR4 2666MHz Non-ecc, Crucial, 213118    
 HW-SO-C-RAM-CIA.540.2.C16GB DIMM DDR4 2666MHz Non-ecc, Crucial, 213119    
 HW-SO-C-IHDD-CIA.540.1.CInternal HDD Barracuda 2Tb, 7200rpm, 64Mb, SATAIII, 600Mb-s, Seagate, 211015    
 HW-SO-C-IHDD-CIA.540.2.CWD SA530 SSD, 512 Gb, SATA3, 2.5in. SDASB8Y-512G (M.2 available on request), Western Digital , 217772    
 HW-SO-C-IHDD-CIA.540.3.CWD SA530 SSD, 1TB, SATA3, 2.5in.-SDASB8Y-1T00 (M.2 available on request), Western Digital , 218830    
 HW-SO-C-IHDD-CIA.540.4.CCrucial MX500 SSD, 2TB SATA3 2.5 inch (CT2000MX500SSD1), Crucial , 214521    
 HW-SO-C-OPD-CIA.540.1.C16x Blu-Ray DVD Writer internal model WH16NS40, LG, 213461    
 HW-SO-C-OPD-CIA.540.2.C24x DVD+-RW Black SATA (GH24NSC0) internal, LG, 207216    
 HW-SO-C-WIR-CIA.540.1.CWi-Fi Card FV-102 + Intel Wireless AC 8265, Fenvi, 215865+215866    
 HW-SO-C-EHDD-CIA.540.1.CMy Book 4TB (WDBBGB0040HBK) USB external HDD, Western Digital, 215910    
 HW-SO-C-EHDD-CIA.540.2.CMy Book 6TB (WDBBGB0060HBK) USB external HDD, Western Digital, 215912    
 HW-SO-C-EHDD-CIA.540.3.CMy Book 8TB (WDBBGB0080HBK) USB external HDD, Western Digital, 215915    
 HW-SO-C-USB-CIA.540.1.CUSB 3.2 DataTraveler Exodia 32GB (DTX-32GB), Kingston, 222792    
 HW-SO-C-USB-CIA.540.2.CUSB 3.2 DataTraveler Exodia 32GB (DTX-64B), Kingston, 222794    
 HW-SO-C-USB-CIA.540.3.CUSB 3.2 DataTraveler Exodia 32GB (DTX-128GB), Kingston, 222796    
 HW-SO-C-EUSB-CIA.540.1.CEnc. USB Key 16GB D300 w-mgmt FIPS 140-2 level 3 certified, Ironkey, 215975    
 HW-SO-C-EUSB-CIA.540.2.CEnc. USB Key 32GB D300 w-mgmt FIPS 140-2 level 3 certified, Ironkey, 215974    
 HW-SO-C-EUSB-CIA.540.3.CEnc. USB Key 64GB D300 w-mgmt FIPS 140-2 level 3 certified, Ironkey, 216295    
 HW-SO-C-KEY-CIA.540.1.CKeyboard TBITS-5 Multilingual (KBS225T5-USB-BL), Solidus, 10900    
 HW-SO-C-KEY-CIA.540.2.CKeyboard Wired 600 English, Logitech, 58884    
 HW-SO-C-KEY-CIA.540.3.CKeyboard bilingual BLACK, USB with bilingual function keys, Solidus, 200974    
 HW-SO-C-MOS-CIA.540.1.CB100 USB Optical Mouse, Logitech, 56915    
 HW-SO-C-MOS-CIA.540.2.CWireless Mobile Mouse 1850 (U7Z-00002), Microsoft, 215868    
 HW-SO-C-MOS-CIA.540.3.CBluetooth Mobile Mouse 3600 (PN7-00002), Microsoft, 215869    
 HW-SO-U-IHDD-CIA.540.2.CSamsung 1TB 870 EVO 2.5 inch SATA 6GB-S SSD 256bit, Opal Encryption (MZ-77E1T0B-AM), Samsung , 222068    
 HW-SO-U-IHDD-CIA.540.3.CSamsung 500GB 870 EVO 2.5 inch SATA 6GB-S SSD 256bit, Opal Encryption (MZ-77E500B-AM), Samsung , 222070    
 HW-SO-U-IHDD-CIA.540.4.CSamsung 250GB 870 EVO 2.5 inch SATA 6GB-S SSD 256bit, Opal Encryption (MZ-77E250B-AM), Samsung , 222071    
 HW-SO-U-IHDD-CIA.540.5.C500GB Western Digital Blue 2.5 inch SSD, SATAIII 6GB-s (VWDS500G2B0A), Western Digital , 214921    
 HW-SO-U-RHDD-CIA.540.6.CCRU Data Express Q310 v2, PCIe-NVMe M.2 SSD removable drive carier(6300-7612-9500), CRU, 6300-7612-9500    
 HW-SO-U-HPH-CIA.540.7.CJabra Evolve 40 MS-UC Stereo Headset (6399-823-x09), Jabra , 221545    
 HW-SO-U-HPH-CIA.540.8.CLogitech H540 USB stereo Headset, wired (981-000510), Logitech , 221543    
 HW-SO-U-CAM-CIA.540.10.CPolycom Eagleeye Mini HD Vidoe Conference, Polycom , 7200-84990-001    
 HW-SO-U-AMON-CIA.540.11.CSamsung 49" Curved 32-9 Ultra Wide LED, 3840x1080 - DP-HDMI- USB-audio, (C49J89), Samsung , 222806    
 HW-SO-U-SPK-CIA.540.12.CJabra Speak 410 USB Conference Speakerphone (7410-109), Jabra , 201559    
 HW-SO-U-HPH-CIA.540.13.CJabra Evolve 65 Wireless, Bluetooth Headset, Link 370 w-charging Stand UC-MS, Jabra , 6599-823-*99    
 HW-SO-U-CAM-CIA.540.14.CLogitech C920e Webcam 1080p AutoFocus Mic Disabled, Privacy shade(960-001384), Logitech , 223402    
 HW-SO-U-CAM-CIA.540.15.CLogitech Brio 4K Webcam 5x Zoom, Privacy shade (960-001105), Logitech , 223401    
 HW-SO-U-AMON-CIA.540.16.CSamsung S24A400V 24 inch LED 1920x1080, DP - HDMI - VGA USB, audio WebCam-mic, Samsung , 223400    
 HW-SO-U-CAM-CIA.540.17.CLogitech C930e webcam 1080p, 4x zoom w-privacy shutter (960-000971), Logtitech , 223447    
 HW-SO-U-LOK-CIA.540.18.CKensington ClickSafe 2.0 Universal Keyed Laptop Lock - works w-T-bar, nano or wedge shaped (6810X), Kensington , 223577    
 HW-SO-U-VID-CIA.540.19.CAsus Dual GeForce RTX 3060v2 12GB DDR6, HDMI - DP-3 (DUAL-RTX3060-O12G-V2), ASUS , 223449    
 HW-SO-U-VID-CIA.540.20.CAsus Dual GeForce GTX 1660 Super OC 6GB GDDR6 DVI - HDMI - DP (DUAL-GTX1660S-O6G-EVO), ASUS , 220820    
 HW-SO-U-IHDD-CIA.540.21.CSeagate SkyHawk AI - Hard Drive 12TB - STATA 6GB-s (ST12000VE001), Seagate , 223557    
 HW-SO-U-IHDD-CIA.540.22.CSeagate SkyHawk Surveillance Hard Drive 1TB SATA 6GB-s (ST1000VX005), Seagate , 223558    
 HW-SO-U-IHDD-CIA.540.23.CSeagate FireCuda 120 1TB SSD SATA III 6GB-s (ZA1000GM1A001), Seagate , 223559    
 HW-SO-U-FPR-CIA.540.24.CKensington VeriMark Guard USB-A Fingerprint reader Security Key (64708), Kensington , 223578   
PSM4- Personal Device, Single Function, Mono, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica MinoltaBIZHUB 4000i$288.6530250NA$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh SP 3710DN$417.2030250NA$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox VersaLink B400$890.0030250NA$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
PMM4- Personal Devices, Multiple Function, Mono, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Xerox CanadaXerox WorkCentre 3335$625.002025025$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Konica MinoltaLexmark MX521ADE$625.362025025$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh SP 4510SF$627.102025025$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
PMC4- Personal Devices, Multiple Function, Color, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica MinoltaLexmark CX622ADE$804.202025025$0.01$0.061Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh IM C300F$1,204.922025025$0.01$0.062Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox VersaLink C405$1,780.002025025$0.01$0.073Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
SSM4- Small Workgroup, Single Function, Mono, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Ricoh CanadaRicoh P502$725.7440750NA$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Konica Minoltabizhub 4050i$1,031.2640750NA$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox VersaLink B400$1,048.0040750NA$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
SSC3- Small Workgroup, Single Function, Color, A3.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub C300i$2,660.0130750NA$0.01$0.051Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh SP C840$2,140.8130750NA$0.01$0.062Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox VersaLink C8000$2,885.0030750NA$0.02$0.093Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
SMC4- Small Workgroup, Multiple Function, Color, A4         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub C3350i$1,545.843075050$0.01$0.051Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh IM C300F$1,394.853075050$0.01$0.062Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox HP M578dn$2,045.003075050$0.01$0.073Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
SMC3- Small Workgroup, Multiple Function, Color, A3         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub C300i$2,660.0130100050$0.01$0.051Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh IM C3000$3,990.2830100050$0.01$0.052Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaAltaLink C8130$3,700.0030100050$0.01$0.063Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
MSC4- Medium Workgroup, Single Function, Color, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Ricoh CanadaRicoh P C600$902.32401000NA$0.01$0.051Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Konica MinoltaLexmark CS720DTE$1,072.51401000NA$0.01$0.062Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox VersaLink C500$1,150.00401000NA$0.02$0.103Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
MMM4- Medium Workgroup, Multiple Function, Mono, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Ricoh CanadaRicoh IM 430Fb$1,053.1240100050$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Konica Minoltabizhub 4050i$1,031.2640100050$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaHP M528dn$2,215.0040100050$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
MMM3- Medium Workgroup, Multiple Function, Mono, A3.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub 450i$3,201.1040150050$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh IM 4000$3,296.2940150050$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaAltaLink B8145$4,285.0040150050$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
MMC4- Medium Workgroup, Multiple Function, Color, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub C4050i$1,836.2040100050$0.01$0.051Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh IM C400F$1,929.5840100050$0.01$0.052Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox HP M578dn$3,110.0040100050$0.01$0.073Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
MMC3- Medium Workgroup, Multiple Function, Color, A3.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Ricoh CanadaRicoh IM C4500$3,070.6140150050$0.00$0.041Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Konica Minoltabizhub C450i$3,195.5140150050$0.00$0.042Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaAltaLink C8145$3,850.0040150050$0.01$0.043Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
more info         
          
          
LSM4- Large Workgroup, Single Function, Mono, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Xerox CanadaXerox VersaLink B610$1,188.00601000NA$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh SP 5310DN$1,218.35601000NA$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Konica MinoltaLexmark MS826DE$1,101.22601000NA$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
LMM4- Large Workgroup, Multiple Function, Mono, A4.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Ricoh CanadaRicoh IM 600SRF$2,250.0050200075$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Konica Minoltabizhub 4750i$1,324.3050200075$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaXerox VersaLink B605$2,215.0050200075$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
LMM3- Large Workgroup, Multiple Function, Mono, A3.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub 550i$3,806.0050200075$0.01 1Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaAltaLink B8155$4,395.0050200075$0.01 2Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaIM 5000$4,077.2450200075$0.01 3Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
LMC4- Large Workgroup, Multiple Function, Color, A4.         
          
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub C550i$3,482.1150200075$0.00$0.041Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaAltaLink C8155$4,100.0050200075$0.00$0.032Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaIM C530Fb$3,033.1050200075$0.01$0.063Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
          
LMC3- Large Workgroup, Multiple Function, Color, A3.         
OfferorProduct NamePurchase PriceSpeed (PPM)Total Sheet CapacityOriginals Doc. FeederCPI B&W Ceiling PriceCPI Colour Ceiling PriceRankOrdering Options
Konica Minoltabizhub C550i$3,482.1150200075$0.00$0.041Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Xerox CanadaAltaLink C8155$4,100.0050200075$0.00$0.032Purchase
         24mth lease
         36mth lease
         48mth lease
         60mth lease
Ricoh CanadaRicoh IM C6000$6,417.6150200075$0.01$0.043Purchase
         24mth lease
         36mth lease
          
C4030- Flatbed, Duplex Scanning, 30 PPM, A4         
OfferorProduct NamePricePMK PriceSpeed (PPM)Automatic Document Feeder (PPM)Annual Duty CyclePMK YieldRank 
Ricoh CanadaFujitsu f - 7260 w/Flatbed$746.49$60.003050650002000001 
Konica MinoltaS2040 + legal flatbed$740.40$70.253050650002000002 
Xerox CanadaXerox Documate 5540 Scanner$2,021.25$189.003050650002000003 
more info         
          
          
C4040- Departmental - 1, Duplex Scanning, 40 PPM, A4         
OfferorProduct NamePricePMK PriceSpeed (PPM)Automatic Document Feeder (PPM)Annual Duty CyclePMK YieldRank 
Ricoh CanadaFujitsu fi - 7140$488.25$60.0040501950002000001 
Konica MinoltaS2040$453.18$70.2540501950002000002 
Xerox CanadaXerox Documate 6440 Scanner$719.25$204.7540501950002000003 
          
C3080- Departmental - 2, Duplex Scanning, 80 PPM, A3         
OfferorProduct NamePricePMK PriceSpeed (PPM)Automatic Document Feeder (PPM)Annual Duty CyclePMK YieldRank 
Ricoh CanadaFujitsu fi-7600$3,033.60$290.708020032500010000001 
Konica MinoltaS3100$3,183.33$186.008020032500010000002 
Xerox CanadaXerox W110 Scanner$6,620.00$287.008020032500010000003 
          
C3100- High Volume, Duplex Scanning, 100 PPM, A3         
OfferorProduct NamePricePMK PriceSpeed (PPM)Automatic Document Feeder (PPM)Annual Duty CyclePMK YieldRank 
Konica MinoltaS3100$3,183.33$186.0010020065000010000001 
Ricoh CanadaFujitsu fi7600$3,033.60$290.7010020065000010000002 
Xerox CanadaXerox W110 Scanner$6,620.00$287.0010020065000010000003

Microcomputers NMSO Resellers

ACT Inc. (http://www.chippewa.ca/iPadNMSO/) - NMSO: E60EJ-11000C/015/EJ 
  
Indigenous ResellerPBN:
ACT Inc.898695804PG0001
Contact Information 
Name: Doe Carlson 
Address: 802 Nesbitt Place, Ottawa, ON K2C 0K1 
Email: doe.carlson@chippewa.ca 
Phone: 613-237-6820 Fax: 613-237-6820 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
Daawe Enterprises Incorporated753293075PG0001
Contact Information 
Name: NMSO Sales Team 
Address: 118 Ch de Saint-Andrew's, Mont-Tremblant, QC J8E 1C8 
Email: info@daawe.ca 
Phone: 613-791-4560 Fax: 613-225-4652 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Miskwaa Technologies Incorporated802861336PG0001
Contact Information 
Name: NMSO Sales Team 
Address: 84 Valley Ridge St, Ottawa, ON K2E 7W3 
Email: contact@miskwaa.ca 
Phone: 613- 366-2634 Fax: 613-225-4652 
Outlet 
Sales, Service 
  
Ciara Technologies Inc. (http://www.ciaratech.com/) - NMSO: E60EJ-11000C/013/EJ 
  
ResellerPBN:
Ciara Technologies Inc.100967256PG0001
Contact Information 
Name: Jerred Bittle 
Address: 9300 Transcanadienne Hwy, Montréal, QC H4S 1K5 
Email: jbittle@ciaratech.com 
Phone: 613-739-1619 X 2042 Fax: 613-739-3382 
Outlet 
Sales, Service 
  
ResellerPBN:
Hypertec Systèmes Ottawa102439825PG0002
Contact Information 
Name: Luke Wiebe 
Address: 1755 Woodward Drive, Suite 104, Ottawa, ON K2C 0P9 
Email: lwiebe@hypertec.com 
Phone: 418-683-2192 x 2048 Fax: 418-683-2148 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
PureSpirIT Solutions Inc.831043179PG0001
Contact Information 
Name: Daya Elangange 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: delangange@purespiritsolutions.com 
Phone: 613-254-5500 Ext: 516 Fax: 613-254-5501 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Tankatek840910012PG0001
Contact Information 
Name: Jerred Bittle 
Address: 9300 Transcanadienne Hwy, Montréal, QC J4S 1K5 
Email: jbittle@tankatek.ca 
Phone: 613-739-1619 X 2042 Fax: 613-739-3382 
Outlet 
Sales, Service 
  
Dell Canada Inc. (http://www.dell.ca/) - NMSO: E60EJ-11000C/005/EJ 
  
ResellerPBN:
CDW Canada878146000RT0001
Contact Information 
Name: Matthew Edwards 
Address: 185 The West Mall, Suite 1700, Etobicoke, ON M9C 5L5 
Email: matedwa@cdw.ca 
Phone: 866-362-2392 Fax: 647-288-5962 
Outlet 
Sales 
  
ResellerPBN:
Computacenter TeraMach Inc.896033248PG0001
Contact Information 
Name: 
Address: 1130 Morrison Drive, Suite 105, Ottawa, ON K2H 9N6 
Email: sales@teramach.com 
Phone: 613-226-7775 Fax: 613-226-8434 
Outlet 
Sales 
  
ResellerPBN:
Decisive Group Inc.871974010PG0001
Contact Information 
Name: Lorie Morton 
Address: 118 Iber Rd, Suite 101, Ottawa, ON K2S 1E9 
Email: lorie.morton@decisivegroup.com 
Phone: 613-836-3700 Fax: 613-836-3758 
Outlet 
Sales 
  
ResellerPBN:
Dell Canada Inc.121233001PG0006
Contact Information 
Name: Guy Moreau 
Address: 155 Gordon Baker Road, Suite 501, North York, ON M2H 3N5 
Email: guy_moreau@dell.com 
Phone: 613-899-9556 Fax: 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
Donna Cona868346149PG0001
Contact Information 
Name: George Carey 
Address: 106 Colonnade Road, Suite 100, Ottawa, ON K2E 7L6 
Email: georgecarey@donnacona.com 
Phone: 613-234-5407 Fax: 613-234-7761 
Outlet 
Sales 
  
ResellerPBN:
ESIT Canada Enterprise Services Co.133792705PG0004
Contact Information 
Name: Mark Cloutier 
Address: 1929 Ogilvie Road, Ottawa, ON K1J 7N7 
Email: mark.cloutier@dxc.com 
Phone: 613-949-2192 Fax: 613-769-1896 
Outlet 
Sales 
  
ResellerPBN:
Eclipsys Solutions Inc.802849893PG0001
Contact Information 
Name: David Gulas 
Address: 411 Legget Drive, Suite 701, Kanata ON K2K 3C9 
Email: david.gulas@eclipsys.ca 
Phone: 613-686-6344 Fax: 613-482-8972 
Outlet 
Sales 
  
ResellerPBN:
Integra Networks103349619PG0001
Contact Information 
Name: Nagwa Koressa 
Address: 2733 - Suite 220 Lancaster Rd, Ottawa, On, K1B 0A9 
Email: nkoressa@integranetworks.com 
Phone: 613-526-4945 Fax: 613-526-3641 
Outlet 
Sales 
  
ResellerPBN:
ITEX Inc., dba Technology Integration Group Inc.895440063PG0001
Contact Information 
Name: Brian Bird 
Address: 555 Legget Drive, Tower B, Suite 730, Ottawa, ON K2K 2X3 
Email: fedsales@itex.ca 
Phone: 613-559-5550 Fax: 613-599-7217 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Nisha Technologies Inc.887218329PG0001
Contact Information 
Name: Andy Muzar 
Address: 2150 Thurston Drive, Suite 202, Ottawa, ON K1G 5T9 
Email: sales@nishatech.com 
Phone: 613-739-7225 Fax: 613-739-3761 
Outlet 
Sales 
  
ResellerPBN:
Northern Micro Inc.107781908PG0002
Contact Information 
Name: Adam Langstaff 
Address: 3155 Swansea Crescent, Ottawa, ON K1G 3J3 
Email: a.langstaff@nmicro.ca 
Phone: 613-226-1117 Fax: 613-226-3810 
Outlet 
Sales 
  
ResellerPBN:
Open Storage Solutions Inc.132932310PG0001
Contact Information 
Name: Karim Kanji 
Address: 18 Wynford Drive Suite 406, Toronto ON, M3C 3S2 
Email: karim.kanji@openstore.com 
Phone: 905-790-0660 Fax: 905-790-0712 
Outlet 
Sales 
  
ResellerPBN:
PureLogicIT Solutions805607215PG0001
Contact Information 
Name: Coreen Bouchard 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: cbouchard@purelogicit.com 
Phone: 613-254-5500 Fax: 613-254-5501 
Outlet 
Sales 
  
Indigenous ResellerPBN:
PureSpirIT Solutions Inc.831043179PG0001
Contact Information 
Name: Daya Elangange 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: sales@purespiritsolutions.com 
Phone: 613-254-5500 Ext: 516 Fax: 613-254-5501 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Shaymas Info Systems Corporation872666292PG0002
Contact Information 
Name: Andy Muzar 
Address: 202-2150 Thurston Drive, Ottawa, ON K1G 5T9 
Email: sales@shaymas.com 
Phone: 613-247-3570 Fax: 613-739-3761 
Outlet 
Sales 
  
ResellerPBN:
Softchoice LP124209297PG0002
Contact Information 
Name: Canadian Federal Government Sales 
Address: 116 Albert St, Suite 201, Ottawa, ON K1P 5G3 
Email: CdnFedGov@softchoice.com 
Phone: 888-607-7638 Fax: 800-268-7639 
Outlet 
Sales 
  
ResellerPBN:
Stoneworks Technologies Inc.894254317PG0001
Contact Information 
Name: David Chow 
Address: 2212 Gladwin Crescent, Unit E9, Ottawa, ON K1B 5N1 
Email: david@swti.ca 
Phone: 613-736-6003 Fax: 613-736-7551 
Outlet 
Sales 
  
ResellerPBN:
Zycom Technology Inc.866769862RT0001
Contact Information 
Name: Tim Allen 
Address: 1 Rideau Street, Suite 700, Ottawa, ON K1N 8S7 
Email: timallen@zycomtec.com 
Phone: 613-536-8149 Fax: 866-645-7765 
Outlet 
Sales 
  
Dynabook Canada Inc. (http://www.dynabook.ca/) - formerly Toshiba - NMSO: E60EJ-11000C/008/EJ 
  
ResellerPBN:
CDW Canada878146000PG0001
Contact Information 
Name: Stephen Prout 
Address: 185 The West Mall, Suite 1700 - Etobicoke, ON M9C 5L5 
Email: nmso@cdw.ca 
Phone: 1-800-493-7632 Fax: 647-288-5962 
Outlet 
Sales 
  
ResellerPBN:
Compugen Inc.880849369PG0001
Contact Information 
Name: Sherry Michaelis 
Address: 100 Via Renzo Drive, Richmond Hill, ON L4S 0B8 
Email: nmsoottawa@compugen.com 
Phone: 1-800-387-5045 Fax: 905-707-2020 
Outlet 
Sales, Service 
  
ResellerPBN:
Computacenter Teramach Inc.896033248PG0001
Contact Information 
Name: Christian Nguyen 
Address: 1130 Morrison Dr. Suit 105, Ottawa, ON K1B 3T7 
Email: Christian.Nguyen@teramach.com 
Phone: 613-226-8434 Fax: N/A 
Outlet 
Sales 
  
ResellerPBN:
Compuzonic820107142PG0001
Contact Information 
Name: Lewis Amalor 
Address: 1622 Michael Street, Ottawa, ON K1B 3T7 
Email: lewis@compuzonic.com 
Phone: 613-842-8288 Fax: 613-842-8545 
Outlet 
Sales 
  
ResellerPBN:
Dynabook Canada Inc.756275327PG0001
Contact Information 
Name: James Duncan 
Address: 68 Birchfield Avenue, Ottawa, ON K2M 2N4 
Email: james.duncan@dynabook.com 
Phone: 888-967-5427 Ext: 2279 Fax: 613-599-9669 
Outlet 
Sales, Service 
  
ResellerPBN:
Hypertec Systèmes Ottawa102439825PG0002
Contact Information 
Name: Jerred Bittle 
Address: 1755 Woodward Drive, Suite 104, Ottawa, ON K2C 0P9 
Email: jbittle@hypertec.com 
Phone: 613-739-1619 Fax: 418-683-2148 
Outlet 
Sales, Service 
  
ResellerPBN:
ITEX Inc., dba Technology Integration Group Inc.895440063PG0001
Contact Information 
Name: Brian Bird 
Address: 555 Legget Drive, Tower B, Suite 730, Ottawa, ON K2K 2X3 
Email: fedsales@itex.ca 
Phone: 613-559-5550 Ext: 3820 Fax: 613-599-7217 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Laurentian Technologies Inc.836686105PG0001
Contact Information 
Name: Mark Williams - President 
Address: 118 Iber Rd, suite 104, Ottawa, ON K2S 1E9 
Email: mark@laurentiantech.ca 
Phone: 613-686-7006 Fax: 613-836-3758 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Nisha Technologies Inc.887218329PG0001
Contact Information 
Name: Andy Muzar 
Address: 202-2150 Thurston Drive, Ottawa, ON K1G 5T9 
Email: sales@nishatech.com 
Phone: 613-739-7225 Ext:267 Fax: 613-739-3761 
Outlet 
Sales 
  
ResellerPBN:
Northern Micro Inc.107781908PG0001
Contact Information 
Name: Emilie Martin 
Address: 3155 Swansea Crescent, Ottawa, ON K1G 3J3 
Email: e.martin@nmicro.ca 
Phone: 613-226-1117 Fax: 613-226-3810 
Outlet 
Sales, Service 
  
ResellerPBN:
Nova Networks Inc.898145032PG0002
Contact Information 
Name: Gus Isaac 
Address: 100-1700 Woodward Drive, Ottawa, ON K2C 3R8 
Email: gisaac@novanetworks.com 
Phone: 613-726-5001 Fax: 613-563-8045 
Outlet 
Sales, Service 
  
ResellerPBN:
Phaselock Systems135466142PG0001
Contact Information 
Name: Agnes Errami 
Address: 2445 St Laurent Boulevard, Ottawa, ON K1G 6C3 
Email: agnes@phaselock.com 
Phone: 613-742-7070 Fax: 613-742-7073 
Outlet 
Sales 
  
ResellerPBN:
Printers Plus742542495PG0001
Contact Information 
Name: Kent Mercer 
Address: 1181 Belanger Avenue, Ottawa, ON K1H 1B7 
Email: kmercer@printersplus.net 
Phone: 613-521-3212 Fax: NA 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
PureSpirIT Solutions Inc.831043179PG0001
Contact Information 
Name: Daya Elangange 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: delangange@purespiritsolutions.com 
Phone: 613-254-5500 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
ResellerPBN:
Softchoice Corp124209297PG0001
Contact Information 
Name: Jim Oliver 
Address: 116 Albert St, Suite 201, Ottawa, ON K1P 5G3 
Email: Jim.Oliver@softchoice.com 
Phone: 613-726-3963 Fax: 613-241-8245 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Tankatek840910012PG0001
Contact Information 
Name: Jerred Bittle 
Address: 9300 Transcanadienne Hwy, Montréal, QC J4S 1K5 
Email: jbittle@tankatek.ca 
Phone: 613-739-1619 X 2042 Fax: 613-739-3382 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
Telecom Inc.122634165PG0002
Contact Information 
Name: Wayne Anderson 
Address: 5245 Harvester Road, Burlington, ON L7L 5L4 
Email: wayne.anderson@telecomcomputer.com 
Phone: 800-865-1115 Fax: 905-33-8169 
Outlet 
Sales, Service 
  
HP Canada Co. (http://www.hp.ca/) - NMSO: E60EJ-11000C/001/EJ 
  
Indigenous ResellerPBN:
ACT Inc.898695804PG0001
Contact Information 
Name: Tony Carlson 
Address: 802 Nesbitt Place, Ottawa, ON K2C 0K1 
Email: tcarlson@chippewa.ca 
Phone: 613-237-6820 Fax: 613-225-4652 
Outlet 
Sales 
  
ResellerPBN:
CDW Canada Inc.878146000PG0006
Contact Information 
Name: Sales 
Address: 29 Steventon Crescent, Stittsville, ON K2S 1G9 
Email: nsmo@cdw.ca 
Phone: 800-493-7632 Fax: 647-288-5962 
Outlet 
Sales, Service 
  
ResellerPBN:
CompuCom Canada Co.863148631RT0001
Contact Information 
Name: Andreya Rosendaal 
Address: 101-2280 St Laurent Boulevard, Ottawa, ON K1G 4K1 
Email: andreya.rosendaal@compucom.com 
Phone: 613-247-7340 Fax: 613-247-7399 
Outlet 
Sales, Service 
  
ResellerPBN:
Compugen Inc.864326699PG0004
Contact Information 
Name: Ottawa Sales 
Address: 2500 Solandt RD Suite 220, Kanata, ON K2K 3G5 
Email: ottawasalescentre@compugen.com 
Phone: 1-800-361-5984 Fax: 613-591-2500 
Outlet 
Sales, Service 
  
ResellerPBN:
Fully Managed Inc.123299752PG0001
Contact Information 
Name: Danica Sherrard 
Address: 1002 Beaverbrook Road, Unit 2, Ottawa, ON K2K 1L1 
Email: Danica.Sherrard@fullymanaged.com 
Phone: 613-254-7706 Fax: 613-592-3816 
Outlet 
Sales, Service 
  
ResellerPBN:
Grand & Toy894032192PG0014
Contact Information 
Name: Sales 
Address: 900 Belfast Rd., Ottawa, ON, K1G 0Z6 
Email: FederalTech@grandandtoy.com 
Phone: 833-740-4867 Fax: 877-214-3958 
Outlet 
Sales, Service 
  
ResellerPBN:
Integra Networks Corporation103349619 PG0001
Contact Information 
Name: Nagwa Koressa 
Address: 2733 - Suite 220 Lancaster Rd, Ottawa, On, K1B 0A9 
Email: nkoressa@integranetworks.com 
Phone: 613-526-4945 Fax: 613-526-3641 
Outlet 
Sales 
  
ResellerPBN:
Island Key Computers125628750PG0001
Contact Information 
Name: Anil Kapil 
Address: 495 Superior Street, Victoria, BC, V8V 1T5 
Email: anil.kapil@islandkey.com 
Phone: 604-669-8178 Fax: 604-669-8179 
Outlet 
Sales, Service 
  
ResellerPBN:
ITEX Inc., dba Technology Integration Group Inc.895440063PG0001
Contact Information 
Name: Brian Bird 
Address: 555 Legget Drive, Tower B, Suite 730, Ottawa, ON K2K 2X3 
Email: fedsales@tig.comPhone: 613-559-5550 Fax: 613-599-4641 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Nisha Technologies Inc.887218329PG001
Contact Information 
Name: Andy Muzar 
Address: 202-2150 Thurston Drive, Ottawa, ON K1G 5T9 
Email: sales@nishatech.com 
Phone: 613-739-7225 Fax: 613-739-3761 
Outlet 
Sales, Service 
  
ResellerPBN:
Northern Micro Inc.887218329PG001
Contact Information 
Name: David Voisey 
Address: 3155 Swansea Crescent, Ottawa, ON K1G 3J3 
Inquiries: d.voisey@nmicro.ca 
Sales: GoCOrders@nmicro.ca 
Phone: 613-226-1117 Fax: 613-226-3810 
Outlet 
Sales, Service 
  
ResellerPBN:
Nova Networks Inc.898145032PG0002
Contact Information 
Name: Gus Isaac 
Address: 100-1700 Woodward Drive, Ottawa, ON K2C 3R8 
Email: gisaac@novanetworks.com 
Phone: 613-563-6682 Fax: 613-563-8045 
Outlet 
Sales, Service 
  
ResellerPBN:
OnX Enterprise Solutions LTD838058923PG0003
Contact Information 
Name: OnX NMSO Sales 
Address: 203-300 March Road, Kanata, ON K2K 2E2 
Email: sales@onx.com 
Phone: 866-264-4775 Fax: 866-259-0678 
Outlet 
Sales 
  
ResellerPBN:
Phaselock Systems135466142PG0001
Contact Information 
Name: Agnes Errami 
Address: 2445 - Suite B-242 St Laurent Boulevard, Ottawa, ON, K1G 6C3 
Email: agnes@phaselock.com 
Phone: 613-742-7070 Fax: 613-742-7073 
Outlet 
Sales 
  
ResellerPBN:
Printers Plus898804158PG0001
Contact Information 
Name: Alec Milne 
Address: 1181 Belanger Avenue, Ottawa, ON K1H 1B7 
Email: amilne@printersplus.net 
Phone: 613-521-3212 Fax: 613-521-1056 
Outlet 
Sales, Service 
  
ResellerPBN:
PureLogic IT Solutions Inc.805607215PG0001
Contact Information 
Name: Coreen Bouchard 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: sales@purelogicit.com 
Phone: 613-254-5500 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
PureSpirIT Solutions Inc.831043179PG0001
Contact Information 
Name: Daya Elangange 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: delangange@purespiritsolutions.com 
Phone: 613-254-5500 Ext: 516 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
ResellerPBN:
Stoneworks Technologies Inc.894254317PG0001
Contact Information 
Name: David Chow 
Address: 2212 Gladwin Crescent, Unit E9, Ottawa, ON K1B 5N1 
Email: david@swti.ca 
Phone: 613-736-6003 Fax: 613-736-7551 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Telecom Inc.122634165PG0001
Contact Information 
Name: Wayne Anderson 
Address: 216-1680 Woodward Drive, Ottawa, ON K2C 3R7 
Email: wayne.anderson@telecomcomputer.com 
Phone: 613-232-1185 Fax: 613-232-5899 
Outlet 
Sales, Service 
  
ResellerPBN:
Zycom Technology Inc.866769862RT0001
Contact Information 
Name: Tim Allen 
Address: 1 Rideau St, Suite 700, Ottawa, ON K1N 8S7 
Email: timallen@zycomtec.com 
Phone: 613-536-8149 Fax: 1-866-645-7765 
Outlet 
Sales 
  
Lenovo (Canada) Inc. (http://www.lenovo.com/) - NMSO: E60EJ-11000C/007/EJ 
  
ResellerPBN:
CDW Canada Inc.878146000PG0001
Contact Information 
Name: Stephen Prout 
Address: 20 Carlson Court, Suite 300, Etobicoke, ON M9W 7K6 
Email: nmso@cdw.ca 
Phone: 1-800-493-7632 Fax: 647-288-5962 
Outlet 
Sales 
  
ResellerPBN:
CompuCom Canada Co.863148631PG0001
Contact Information 
Name: Andreya Rosendaal 
Address: 2150 Thurston Drive Unit 102, Ottawa, ON K1G 5T9 
Email: andreya.rosendaal@compucom.com 
Phone: 613-220-3672 Fax: 613-247-7399 
Outlet 
Sales, Service 
  
ResellerPBN:
Hypertec Systèmes Ottawa102439825PG0002
Contact Information 
Name: Mike Palazzolo 
Address: 1755 Woodward Drive, Suite 104, Ottawa, ON K2C 0P9 
Email: mpalazzolo@hypertec.com 
Phone: 613-739-1619 Fax: 418-683-2148 
Outlet 
Sales 
  
ResellerPBN:
IBM Canada102444452RC0008
Contact Information 
Name: Garth Flint 
Address: 3600 Steeles Avenue, Markham, ON L3R 9Z7 
Email: garth.flint@ibm.com 
Phone: 905-316-1096 Fax: 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
Info DL1212371819RT001
Contact Information 
Name: Frank Brazeau 
Address: 435 Blvd Maloney E, Gatineau, QC J8P 6Z8 
Email: fbrazeau@infodl.qc.ca 
Phone: 819-643-6161 Fax: 819-643-1560 
Outlet 
Sales 
  
ResellerPBN:
Integra Networks103349619PG0001
Contact Information 
Name: Nagwa Koressa 
Address: 2733 - Suite 220 Lancaster Rd, Ottawa, ON K1B 0A9 
Email: sales@integranetworks.com 
Phone: 613-526-4945 Fax: 613-526-3641 
Outlet 
Sales 
  
ResellerPBN:
ITEX Inc., dba Technology Integration Group Inc.895440063PG0001
Contact Information 
Name: Brian Bird 
Address: 555 Legget Drive, Tower B, Suite 730, Ottawa, ON K2K 2X3 
Email: fedsales@tig.comPhone: 613-559-5550 Fax: 613-599-7217 
Outlet 
Sales 
  
ResellerPBN:
Laurier Computers897714846PG001
Contact Information 
Name: Paul Ho 
Address: 150 Slater Street, Suite 102, Ottawa, ON K1P 5H6 
Email: paul@laurier.com 
Phone: 613-565-0120 Ext: 108 Fax: 613-565-0103 
Outlet 
Sales, Service 
  
ResellerPBN:
Microserve Business Computers122892110PG0001
Contact Information 
Name: Tan Tieu 
Address: 208 - 4400 Dominion St, Burnaby, BC V5G 4G3 
Email: tant@microserve.ca 
Phone: 1-800-661-7738 Fax: 
Outlet 
Sales, Service 
  
ResellerPBN:
Northern Micro Inc.107781908PG0002
Contact Information 
Name: Adam Langstaff 
Address: 3155 Swansea Crescent, Ottawa, ON K1G 3J3 
Email: GoCOrders.@nmicro.ca 
Phone: 613-226-1117 Fax: 613-226-3810 
Outlet 
Sales, Service 
  
ResellerPBN:
Nova Networks Inc.898145032PG0002
Contact Information 
Name: Gus Isaac 
Address: 100-1700 Woodward Drive, Ottawa, ON K2C 3R8 
Email: gisaac@novanetworks.com 
Phone: 613-726-5001 Fax: 613-563-8045 
Outlet 
Sales, Service 
  
ResellerPBN:
Phaselock Systems135466142RC0001
Contact Information 
Name: Eddie Lo 
Address: 2445 St Laurent Boulevard, Ottawa, ON K1G 6C3 
Email: eddie@phaselock.com 
Phone: 613-742-7070 Fax: 613-742-7073 
Outlet 
Sales 
  
ResellerPBN:
Printers Plus742540495PG0001
Contact Information 
Name: Kent Mercer 
Address: 1181 Belanger Avenue, Ottawa, ON K1H 1B7 
Email: kmercer@printersplus.net 
Phone: 613-521-3212 Fax: NA 
Outlet 
Sales 
  
Indigenous ResellerPBN:
PureSpirIT Solutions Inc.831043179PG0001
Contact Information 
Name: Daya Elangange 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: delangange@purespiritsolutions.com 
Phone: 613-254-5500 Ext: 516 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
ResellerPBN:
Quadbridge852726959PG0001
Contact Information 
Name: David Beaupre 
Address: 102-3800 Rue St. Patrick, Montreal, QC H4E 1A4 
Email: dbeaupre@quadbridge.com 
Phone: 514-961-5200 Fax: 438-806-5393 
Outlet 
Sales, Service 
  
ResellerPBN:
SHI Canada813594017PG0003
Contact Information 
Name: Jeff Schwalm 
Address: 890 Don Mills Road, Tower 2, Suite 400, Toronto, ON, M3C 1W3 
Email: SHI_Canada_Federal@shi.com 
Phone: 416-358-8514 Fax: N/A 
Outlet 
Sales 
  
ResellerPBN:
Softchoice LP837142579RT0001
Contact Information 
Name: Jennifer Barker 
Address: 116 Albert St, Suite 201, Ottawa, ON K1P 5G3 
Email: cdnfedgov@softchoice.com 
Phone: 888-607-7638 Fax: 800-268-7639 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Tankatek840910012PG0001
Contact Information 
Name: Mike Palazzolo 
Address: 9300 Transcanadienne Hwy, Montréal, QC J4S 1K5 
Email: mpalazzolo@tankatek.ca 
Phone: 613-739-1619 Fax: 613-739-3382 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Telecom Computers122634165PG0002
Contact Information 
Name: Wayne Anderson 
Address: 5245 Harvester Road, Burlington, ON L7L 5L4 
Email: wayne.anderson@telecomcomputer.com 
Phone: 905-333-9621 Fax: 903-333-8169 
Outlet 
Sales, Service 
  
Northern Micro Inc. (http://www.northernmicro.com/) - NMSO: E60EJ-11000C/009/EJ 
  
Indigenous ResellerPBN:
ACT Inc.898695804PG0001
Contact Information 
Name: Doe Carlson 
Address: 802 Nesbitt Place, Ottawa, ON K2C 0K1 
Email: iPads@chippewa.ca 
Phone: 613-237-6820 Fax: 613-237-6820 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Donna Cona Inc.868346149PG0001
Contact Information 
Name: George Carey 
Address: 106 Colonnade Road, Suite 100, Ottawa, ON K2E 7L6 
Email: GeorgeCarey@DonnaCona.com 
Phone: 613-234-5407 Fax: 613-234-7761 
Outlet 
Sales 
  
ResellerPBN:
Northern Micro Inc.107781908PG0002
Contact Information 
Name: Adam Langstaff 
Address: 3155 Swansea Crescent, Ottawa, ON K1G 3J3 
Email: GoCorders@nmicro.ca 
Phone: 613-226-1117 Fax: 613-226-3810 
Outlet 
Sales, Service 
  
ResellerPBN:
Northern Micro Inc.895599652PG0003
Contact Information 
Name: André Aubert 
Address : 2-3107 Avenue des Hotels, Sainte-Foy, QC G1W 4W5 
Email: a.aubert@nmicro.ca 
Phone: 877-654-1733 Fax: 418-654-1744 
Outlet 
Sales, Service 
  
ResellerPBN:
Northern Micro Inc.895599652PG0002
Contact Information 
Name: Tom Trigg 
Address: 112-211 Horse Shoe Lake Drive, Halifax, NS B3S 0B9 
Email: t.trigg@nmicro.ca 
Phone: 902-422-9383 Fax: 902-422-9384 
Outlet 
Sales 
  
ResellerPBN:
PureLogic IT Solutions Inc.805607215PG0001
Contact Information 
Name: Coreen Bouchard 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: sales@purespiritsolutions.com 
Phone: 613-254-5500 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
PureSpirIT Solutions Inc.831043179PG0001
Contact Information 
Name: Daya Elangange 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: delangange@purespiritsolutions.com 
Phone: 613-254-5500 Ext: 516 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
Panasonic Canada Inc. (https://toughbook.panasonic.ca) - NMSO: E60EJ-11000C/022/EJ 
  
ResellerPBN:
CompuCom Canada Co.863148631PG0004
Contact Information 
Name: Diane Runtas 
Address: 1830 Matheson Blvd. Mississauga, ON, L4W 0B3 
Email: diane.runtas@compucom.com 
Phone: 289-261-3000 Fax: 
Outlet 
Service 
  
ResellerPBN:
Compugen Inc.864326699PG0004
Contact Information 
Name: Lori Duncan 
Address: 2500 Solandt, Suite 220, Kanata, On, K2K 3G5 
Email: OttawaSalesCentre@compugen.com 
Phone: 1-800-361-5984 Fax: 613-591-3563 
Outlet 
Sales, Service 
  
ResellerPBN:
Decisive Group Inc871974010PG0001
Contact Information 
Name: Lorie Morton 
Address: 118 Iber Rd, Suite 101, Ottawa, ON K2S 1E9 
Email: lorie.morton@decisivegroup.com 
Phone: 613-836-3700 Fax: 613-836-3758 
Outlet 
Sales 
  
Indigenous ResellerPBN:
FoxWise Technologies Inc.876181520PG0006
Contact Information 
Name: Sam Damm 
Address: 2500 Solandt Rd, Entrance B - Suite 220, Kanata, ON K2K 3G5 
Email: samdamm@foxwise.ca 
Phone: 343-291-1189 Fax: 
Outlet 
Sales, Service 
  
ResellerPBN:
Hypertec Systems Inc102439825PG0002
Contact Information 
Name: Jerred Bittle 
Address: 1755 Woodward Drive, Suite 104, Ottawa, ON K2C 0P9 
Email: sales.ottawa@hypertec.com 
Phone: 613-797-1232 Fax: 
Outlet 
Sales 
  
ResellerPBN:
Island Key Computer LTD125628750PG0001
Contact Information 
Name: Roger Friesen 
Address: 495 Superior Street, Victoria, BC, V8V 1T5 
Email: roger@islandkey.com 
Phone: 250-380-6465 Fax: 250-380-6488 
Outlet 
Sales, Service 
  
Indigenous ResellersPBN:
Laurentian Technologies Inc.836686105PG0001
Contact Information 
Name: Lorie Morton 
Address: 118 Iber Rd, suite 104, Ottawa, ON K2S 1E9 
Email: Lorie.Morton@laurentiantech.ca 
Phone: 613-686-7006 Fax: 613-836-3758 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Tankatek840910012PG0001
Contact Information 
Name: Jerred Bittle 
Address: 9300 Transcanadienne Hwy, Montréal, QC J4S 1K5 
Email: jbittle@tankatek.ca 
Phone: 613-739-1619 X 2042 Fax: 613-739-3382 
Outlet 
Sales 
  
ResellerPBN:
WBM Technologies Inc.121086581PG0001
Contact Information 
Name: Ashley Schell 
Address: 104-3718 Kinnear Place, Saskatoon, SK S7P 0A6 
Email: aschell@wbm.ca 
Phone: 306-664-2686 Fax: 306-664-8717 
Outlet 
Sales, Service 
  
PureSpirIT Solutions Inc. (http://purespiritsolutions.com) - NMSO: E60EJ-11000C/023/EJ 
  
Indigenous ResellerPBN:
FoxWise Technologies Inc.876181520PG0006
Contact Information 
Name: Sam Damm 
Address: 2500 Solandt Rd, Entrance B - Suite 220, Kanata, ON K2K 3G5 
Email: samdamm@foxwise.ca 
Phone: 343-291-1189 Fax: 343-291-1001 
Outlet 
Sales 
  
ResellerPBN:
PureLogicIT Solutions805607215PG0001
Contact Information 
Name: Coreen Bouchard 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: sales@purelogicit.com 
Phone: 613-254-5500 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
PureSpirIT Solutions Inc.831043179PG0001
Contact Information 
Name: Daya Elangange 
Address: 135 Michael Cowpland Drive, Suite 200, Kanata, ON K2M 2E9 
Email: sales@purespiritsolutions.com 
Phone: 613-254-5500 Ext: 516 Fax: 613-254-5501 
Outlet 
Sales, Service 
  
Indigenous ResellerPBN:
Tankatek840910012PG0001
Contact Information 
Name: Jerred Bittle 
Address: 9300 Transcanadienne Hwy, Montréal, QC J4S 1K5 
Email: jbittle@tankatek.ca 
Phone: 613-739-1619 X 2042 Fax: 613-739-3382 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Telecom Inc.122634165PG0002
Contact Information 
Name: Wayne Anderson 
Address: 5245 Harvester Road, Burlington, ON L7L 5L4 
Email: wayne.anderson@telecomcomputer.com 
Phone: 800-865-1115 Fax: 905-33-8169 
Outlet 
Sales, Service 
  
Samsung Electronics Canada Inc. (http://www.samsung.com/ca/support) - NMSO: E60EJ-11000C/010/EJ 
  
IndigenousResellerPBN:
Donna Cona868346149PG0001
Contact Information 
Name: George Carey 
Address: 106 Colonnade Road, Suite 100, Ottawa, ON K2E 7L6 
Email: georgecarey@donnacona.com 
Phone: 613-234-5407 Fax: 613-234-7761 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Laurentian Technologies Inc.836686105PG0001
Contact Information 
Name: Lorie Morton 
Address: 118 Iber Rd, suite 104, Ottawa, ON K2S 1E9 
Email: lorie@laurentiantech.ca 
Phone: 613-617-3147 Fax: 613-836-3758 
Outlet 
Sales 
  
Indigenous ResellerPBN:
Nisha Technologies Inc.887218329PG0001
Contact Information 
Name: Andy Muzar 
Address: 2150 Thurston Drive, Suite 202, Ottawa, ON K1G 5T9 
Email: sales@nishatech.com 
Phone: 613-739-7225 Fax: 613-739-3761 
Outlet 
Sales

Software Details for SSC IT Pro

01- Device Software
01- Client operating system software
Publisher Software
Microsoft Windows Enterprise E3 with MDOP, Virtual Desktop Access VDA
Red Hat Red Hat Enterprise Linux (Desktop Usage Only)
02- Client operating system utility software
Publisher Software
1E 1E SMS Wake-Up and/or Nightwatchman
Blancco Data Erasure for Enterprise (Enterprise PCs, Laptops, Mobile devices), Removable Media Eraser (Flash, USB, SD Cards), Mobile Solutions for Mobile Processors, Blancco Management Console (BMC), Drive Eraser (PC, Laptop and Servers)
Corel Winzip
Lsoft Active@ Killdisk
White Canyon WipeDrive Enterprise
02- Service Software
01- Desktop management software
Publisher Software
IBM Endpoint Manager (incl Endpoint imaging, Tivoli Remote Control)
NetMotion NetMotion Mobility, NetMotion Diagnotics
RJR Innovations RJR Q-Sync (Smartcard/Token Monitor)
Soti MobiControl
02- Desktop patch management software
Publisher Software
Flexera Flexera Software Vulnerability Management (SVM)
04- Desktop software distribution software
Publisher Software
Vmware VMware ThinApp
05- Desktop software imaging software
Publisher Software
Faronics Deep Freeze Enterprise-workstation
Symantec Ghost Solution Suite
06- Configuration management software
Publisher Software
Micro Focus ZENworks Suite
07- Desktop software/hardware asset management software
Publisher Software
BMC Track it
Flexera Adminstudio (includes WiseScript Editor), Installshield, Workflow Manager, Flexnet Publisher, Flexnet Manager
Ivanti Patch for SCCM, Patch for Endpoint Manager, Unified Endpoint Manager (LanDesk)
Sagedata Basset Pro Lite, Basset Pro Lite Plus, Basset Pro Standard, Basset Pro Enterprise, Basset Pro Mobile
Symantec Asset Management Suite (Altiris), Client Management Suite (Altiris)
03- Connectivity Software
02- Desktop virtualization software
Publisher Software
Microsoft Windows Remote Desktop Services (RDS CALs)
Vmware Workstation, Fusion
04- Productivity Software
02- Office automation suite software
Publisher Software
Microsoft Office 365 E3 Pro Plus
03- Word processing
Publisher Software
Corel WordPerfect
07- Portable document software readers
Publisher Software
Avanstar Quick View Plus
08- Desktop publishing software
Publisher Software
Clarivate Endnote
Foxit PhantomPDF Business (includes MobilePDF)
Kofax Power PDF Advanced (Nuance)
05- Security Software
01- Host security software
Publisher Software
AccessData Forensic Tool Kit (FTK) Standalone, Mobile Phone Examiner Plus (MPE+), Summation, Cerberus, AD Triage
Carbon Black CB Protection, CB Collective Defense Cloud, CB Response (Bit9)
Cellebrite UFED Touch2, UFED Cloud Analyzer, UFED Physical Analyser, 4PC, UFED Infield, Analytics Desktop
Magnet Software Axiom, Internet Evidence Finder (IEF), Atlas (Triage), Acquire (Mobile Artifact)
McAfee Endpoint Protection Advanced Suite, Application Control, Complete Endpoint Threat Protection, Threat Intelligence Exchange (TIE)
MSAB XRY Logical, XRY Physical, XAMN Horizon, XRY Pinpoint, MSAB Kiosk (Logical and/or Physical), XRY Drone, XRY Cloud
OpenText EnCase Forensic, Tableau, Encase Enpoint Investigator, EnCase Mobile Investigator, Encase e-discovery, Encase Portable, Analytics NAS (Examiner/SAFE)
Passware Passware Kit Standard, Passware Kit Standard Plus, Passware Kit Business, Passware Kit Agents
Stormshield Endpoint Security
Symantec Endpoint Protection, Mail Security for MS Exchange Antivirus
WinMagic SecureDoc Enterprise
X-Ways Forensics, Imager, Investigator
02- Identification, authentication and authorization software
Publisher Software
Gemalto SafeNet Authentication Client (SAC), SafeNet Authentication Service (SAS)
Microsoft Microsoft Identity Manager
RSA Authentication Manager, SecureID Hard Tokens, SecureID Soft Tokens
03- Encryption software
Publisher Software
Symantec Endpoint Encryption, Desktop Email Encryption
McAfee Endpoint Encryption
04- Public Key Infrastructure (PKI) software
Publisher Software
Symantec Public Key Infrastructure (PKI)
05- Data loss prevention software
Publisher Software
McAfee Data Loss Prevention (DLP) Endpoint, Total Protection for Data (TDA) Suite
Symantec Data Loss Prevention (DLP), Protection Suite Enterprise
01-Data management software
Corporate data management software delivers, enables and supports data management as a corporate platform. Corporate data management software provides the management of corporate data resources and services by developing and execution of the architectures, policies, practices and procedures that properly manage the full data life cycle needs at a corporate level.
Category Name Mandate Service Line
102 Business Intelligence Software SSC Datacenter
104 Data Warehouse Software SSC Datacenter
106 Relational Database Management Systems Software SSC Datacenter
108 Database Modeling Software SSC Datacenter
110 Database Tools, Utilities & Management Software SSC Datacenter
112 Extract, Transformation and Load Software SSC Datacenter
114 Master Data Management Software SSC Datacenter
116 On-Line Analytical Processing Software PSPC PSPC
118 Personal Database Software - MS Access SSC WTD
119 Personal Database Software - all other titles SSC Datacenter
120 Web Analytical Software SSC Datacenter
02-Information management software
Corporate information management software delivers, enables and supports information management as a corporate platform. Corporate information management provides the management of information resources and services by developing and execution of the architectures, policies, practices and procedures that properly manage the full information life cycle needs at a corporate level.
Category Name Mandate Service Line
202 Case Management Software PSPC PSPC
204 Content Management Software PSPC PSPC
206 Digital Asset Management Software PSPC PSPC
208 Document Management Software PSPC PSPC
210 Document Scanning and Image Recognition Software PSPC PSPC
212 Electronic Forms Software SSC WTD
214 Feedback Management Software PSPC PSPC
216 Knowledge Management Software PSPC PSPC
218 Portal Software SSC Datacenter
220 Records Management Software PSPC PSPC
222 Search and Information Access Software PSPC PSPC
223 Search and Information Access Software for Mainframe SSC Datacenter
224 Social Media Software PSPC PSPC
226 Web Content Management Software PSPC PSPC
228 Workflow & Collaboration Software PSPC PSPC
230 Incident and Field Resource Management Software PSPC PSPC
03-Enterprise resource management software
Corporate resource management software delivers, enables and supports resource management as a corporate platform. Corporate resource management provides the management of corporate information resources and services by development and executes the architectures, policies, practices and procedures that properly identifies and manages the full resource life cycle needs at a corporate level.
Category Name Mandate Service Line
302 Bar-Coding & Labeling Software PSPC PSPC
304 Budget Preparation Software PSPC PSPC
306 Customer Relationship Management Software PSPC PSPC
308 Enterprise Resource Planning Software PSPC PSPC
310 Finance & Accounting Software PSPC PSPC
312 Financial Auditing Software PSPC PSPC
314 Governance Risk Compliance & Incident Management PSPC PSPC
316 Grants & Contributions Management Software PSPC PSPC
318 Human Resource Evaluation & Selection Systems Soft PSPC PSPC
320 Human Resource Management Systems Software PSPC PSPC
322 Inventory & Asset Management Software PSPC PSPC
324 Library Management Systems Software PSPC PSPC
326 Pension Software PSPC PSPC
328 Performance Measurement Software PSPC PSPC
330 Procurement & Contract Management Software PSPC PSPC
332 Property Management Software PSPC PSPC
334 Salary Management & Payroll Software PSPC PSPC
336 Transactional Processing & Transaction Management PSPC PSPC
338 Vendor Management Software PSPC PSPC
04-Development environments software
Development environments software delivers, enables and supports software development as an operating environment and platform. Software development environments software facilitates the design and creation of software and web applications.
Category Name Mandate Service Line
402 Application Life-Cycle Management Software PSPC PSPC
404 Software Development Platform Software PSPC PSPC
406 Software Testing Software PSPC PSPC
408 Systems Architecture Design Software PSPC PSPC
410 Web Development Software PSPC PSPC
05-Middleware software
Middleware software delivers, enables and supports the middle layers of the open systems interconnection (OSI) stack as an enterprise platform; middleware provides the software functions as an intermediate layer between applications and operating system or database management systems, or between client and server.
Category Name Mandate Service Line
502 Application Infrastructure Software SSC Datacenter
504 Systems Integration & Connectivity Software SSC Datacenter
505 Application Integration & Connectivity Software PSPC PSPC
506 Business Process Management Software SSC Datacenter
508 E-Commerce Software PSPC PSPC
510 Managed File Transfer Software SSC Datacenter
512 Message Oriented Middleware Software SSC Datacenter
514 SOA Governance Software PSPC PSPC
06-Network infrastructure software
Network infrastructure software delivers, enables and supports the infrastructure found within a computer networks. Network infrastructure provides the network components, functions and features related to network resources and services.
Category Name Mandate Service Line
602 Archive Software SSC Datacenter
604 Backup Software SSC Datacenter
606 Data Migration Software SSC Datacenter
608 Fax Software PSPC PSPC
610 File and Print Services Software SSC Datacenter
612 Network Communications Software SSC Network
614 Network Storage Software SSC Network
616 Remote Desktop Software SSC WTD
618 Switching Software SSC Network
620 Unified Communications Software SSC Network
07-Operating systems software
Operating systems software delivers, enables and supports operating systems and how a hardware platform controls software applications and related devices found in a system infrastructure environment. It is low-level software that schedules tasks, allocates storage, handles the interface to peripheral hardware and presents a default interface to the user.
Category Name Mandate Service Line
702 Desktop Operating System Software SSC WTD
704 Mainframe Operating System Software SSC Datacenter
706 Mobile Operating System Software SSC WTD
708 Real-Time Operating System Software SSC Datacenter
710 Server Operating System Software SSC Datacenter
08-virtualization software
Virtualization software delivers, enables and supports virtual environments, processors and applications by isolating system resources from underlying computing or application services. Virtualization provides the components, functions and features including host and or guest systems, machines or types.
Category Name Mandate Service Line
802 Application Virtualization Software SSC WTD
804 Desktop Virtualization Software SSC WTD
806 Server Virtualization Software SSC Datacenter
808 Storage Virtualization Software SSC Datacenter
810 Virtualization Backup & Recovery Software SSC Datacenter
812 Virtualization Management Software SSC Datacenter
814 Virtualization Monitoring Tools Software SSC Datacenter
816 Virtualization Security Software SSC CITS
09-Operations management software
Operations management software delivers, enables and supports management operational components, functions and features. Operations management provides the tools, utilities and components needed to manage the provisioning, capacity, performance and availability of the computing, networking and application environment.
Category Name Mandate Service Line
902 Change and Configuration Management Software SSC Datacenter
904 Desktop Management Software SSC WTD
905 Help Desk Software SSC Datacenter
906 Call Center Software. SSC Network
907 Non-IT Help Desk. PSPC PSPC
908 Network Management Software SSC Network
910 Patch Management Software SSC Datacenter
912 Server Performance Testing & Analysis Software SSC Datacenter
913 Application Performance Testing & Analysis Software PSPC PSPC
914 Software Asset Management Software SSC Datacenter
916 Storage Management Software SSC Datacenter
10-Client productivity software
Client productivity software delivers, enables and supports client-computing productivity. Client productivity Software provides components, functions, features that enhance client productivity by making information or knowledge accessible, useable and complete.
Category Name Mandate Service Line
1002 Adaptive Computing Technology Software SSC WTD
1004 Calendar & Scheduling Software SSC WTD
1006 Desktop Publishing Software SSC WTD
1008 Electronic Mail and Messaging Software SSC WTD
1010 Graphic Design, Imaging & Viewing Software SSC WTD
1012 Multimedia Streaming Software SSC WTD
1014 Office Automation Suite Software SSC WTD
1016 Personal Information Management Software SSC WTD
1018 Portable Document Software SSC WTD
1020 Project Management Software SSC WTD
1022 Structured Content Authoring Software PSPC PSPC
1024 Training and E-Learning Software PSPC PSPC
1026 Translation Software PSPC PSPC
11-Scientific and engineering software
Scientific and engineering software delivers, enables and supports specialized scientific and engineering components, functions and features. Scientific and engineering software provides the scientific or engineering functional resources and services required within a scientific or engineering computing environment.
Category Name Mandate Service Line
1102 CAD, CAE & CAM Software PSPC PSPC
1104 Engineering Analysis Software PSPC PSPC
1106 Equipment Control Systems Software PSPC PSPC
1108 Geographic Information Systems (GIS) Software PSPC PSPC
1110 Geo-spatial Software PSPC PSPC
1112 Lab & Medical Equipment Software PSPC PSPC
1114 Mapping and Cartography Software PSPC PSPC
1116 Mathematical and Computational Software PSPC PSPC
1118 Statistical Analysis Software PSPC PSPC
12-Security operations software
Security operations software delivers enables and supports operational components, functions and features required to secure a computer system, network and environment. Security operations software provides the security programs, applications, architectures, policies, practices and procedures to securely manage full life cycle requirements of a secure enterprise.
Category Name Mandate Service Line
1202 Anti-Malware Software SSC CITS
1204 Application White-Listing Software SSC CITS
1206 Biometric Software SSC CITS
1208 Business Continuity Software SSC Datacenter
1210 Computer Forensics Software SSC CITS
1212 Security Content Classification & Marking Software SSC CITS
1213 General Content Classification & Marking Software PSPC PSPC
1214 Data Loss Prevention Software SSC CITS
1216 Encryption Software SSC CITS
1218 Endpoint Security Software SSC CITS
1220 Firewall Software SSC CITS
1222 Identity Management Software SSC CITS
1224 Internet Monitoring, Filtering & Access Control So SSC CITS
1226 Intrusion Prevention and Detection Software SSC CITS
1228 Mobility Security Software SSC CITS
1230 Security Information Event Management Software SSC CITS
1232 Privacy Software SSC CITS
1234 Public Key Infrastructure (PKI) Software SSC CITS
1236 Remote Access Software SSC CITS
1238 Security Risk Management and Policy Compliance Software SSC CITS
1240 Unified Threat Management Software SSC CITS

Contract Holders for SSC IT Pro

Coming Soon!

  • Coming Soon!

Coming Soon!

Customer List for SSC IT Pro

Coming Soon!

  • Coming Soon!

Coming Soon!

Microcomputers NMSO Vendor List

ACT Inc. (http://www.chippewa.ca/iPadNMSO/) 
Address: 802 Nesbit Place Ottawa, ON K2C 0K1 
Contact InformationNMSO: E60EJ-11000C/015/EJ
Name: Doe Carlson 
Email: iPads@chippewa.ca 
Phone: 613-237-6820 Fax: 613-237-6820PBN: 898695804PG0001
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
Ciara Technologies Inc. (http://www.ciaratech.com/) 
Address: 1755 Woodward Drive, suite 104 Ottawa, ON K2C 0P9 
Contact InformationNMSO: E60EJ-11000C/013/EJ
Name: Jerred Bittle 
Email: jbittle@hypertec.com 
Phone: 613-739-1619 ext: 2042 Fax: 613-739-3382PBN: 100967256PG0001
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Desktop NMSO Start Date:April 1st, 2019
Desktop NMSO End Date:March 31st, 2023
  
Dell Canada Inc. (http://www.dell.ca/) 
Address: 155 Gordon Baker Rd. suite 501 North York, ON M2H 3N5 
Contact InformationNMSO: E60EJ-11000C/005/EJ
Name: Guy Moreau 
Email: Guy_Moreau@Dell.com 
Phone: 613-899-9556 Fax: 866-513-8766PBN: 121233001PG0006
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Desktop NMSO Start Date:April 1st, 2019
Desktop NMSO End Date:March 31st, 2023
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
Dynabook Canada Inc. (http://www.dynabook.ca/) - formerly Toshiba 
Address: 75 Tiverton Court Markham, ON L3R 4M8 
Contact InformationNMSO: E60EJ-11000C/008/EJ
Name: James Duncan 
Email: james.Duncan@dynabook.com 
Phone: 613-782-2360 Fax: 613-599-9446PBN: 756275327PG0001
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
HP Canada Co. (http://www.hp.ca/) 
Address: 5150 Spectrum Way suite 600 Mississauga, ON L4W 5G2 
Contact InformationNMSO: E60EJ-11000C/001/EJ
Name: Jacques Caissie 
Email: jacques.caissie@hp.com 
Phone: 613-222-3420PBN: 814497780PG0001
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Desktop NMSO Start Date:April 1st, 2019
Desktop NMSO End Date:March 31st, 2023
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
Lenovo (Canada) Inc. (http://www.lenovo.com/) 
Address: 55 Idema, Markham, ON L3R 1A9 
Contact InformationNMSO: E60EJ-11000C/007/EJ
Name: Dave McAllister 
Email: sscwtd@lenovo.com 
Phone: 613-298-9948PBN: 854807039PG0001
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Desktop NMSO Start Date:April 1st, 2019
Desktop NMSO End Date:March 31st, 2023
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
Northern Micro (http://www.northernmicro.com/) 
Address: 3155 Swansea Cr. Ottawa, ON K1G 3J3 
Contact InformationNMSO: E60EJ-11000C/009/EJ
Name: Adam Langstaff 
Email: a.langstaff@nmicro.ca 
Phone: 613-226-1117 ext: 293 Fax: 613-226-3810PBN: 107781908PG0002
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Desktop NMSO Start Date:April 1st, 2019
Desktop NMSO End Date:March 31st, 2023
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
Panasonic Canada Inc. (https://toughbook.panasonic.ca) 
Address: 5770 Ambler Drive, Mississauga, ON, L4W 2T3 
Contact InformationNMSO: E60EJ-11000C/022/EJ
Name: Brett Robertson 
Email: brett.robertson@ca.panasonic.com 
Phone: 613-410-6067PBN: 122772759PG0001
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
PureSpirIT Solutions Inc. (http://purespiritsolutions.com) 
Address: 135 Michael Cowpland Dr. Suite 200, Ottawa, ON, K2M 2E9 
Contact InformationNMSO: E60EJ-11000C/023/EJ
Name: Daya Elangange 
Email: delangange@purespiritsolutions.com 
Phone: 613-254-5500 x 510PBN: 831043179PG0001
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
  
Samsung Electronics Canada Inc. (https://www.samsung.com/ca/support) 
Address: 2050 Derry Rd. W, Toronto, ON, L5N 0B9 
Contact InformationNMSO: E60EJ-11000C/010/EJ
Name: Dan Butcher 
Email: d.butcher@samsung.com 
Phone: 416-689-8940PBN: 104707617PG0002
Standing Offer Document: [downloadable front page of signed Standing Offer document] 
Notebook NMSO Start Date:April 1st, 2020
Notebook NMSO End Date:April 1st, 2022
Konica Minolta Business Systems Canada 
Address: 1900 City Park Drive Ottawa, ON, K1J 1A3 
Contact InformationNMSO: 2BP-9-10047402/F/001
Name: Catherine McDonell or Christy Harr 
Email: Wtdsales.support@bt.KonicaMinolta.ca 
Phone: 1-800-777-1657PBN: 890089550PG0003
Supplies & Service Toll free Number: 1-800-777-1657 
  
  
Ricoh Canada 
Address: 100 - 5560 Explorer Drive, Mississauga, ON, L4W 5M3 
Contact InformationNMSO: 2BP-9-10047402/F/002
Name: John Kingan 
Email: GCPMO@ricoh.ca 
Phone: 613-282-7823PBN: 870863974PG0001
Supplies & Service Toll free Number: 1-800-267-9469 
  
  
Xerox Canada 
Address: 20 York Mills Rd #5, North York, ON M2P 2C2 
Contact InformationNMSO: 2BP-9-10047402/F/003
Name: Robert Welch 
Email: federal.inquiries@xerox.com 
Phone: (613) 720-9707PBN: 105756589PG0001
Supplies & Service Toll free Number: 1-855-257-5432

Terms and Conditions

Standing Offer E60EJ-11000C/EJ
Page 1 of 159
SHARED SERVICES CANADA
Microcomputer National Master Standing Offer
TABLE OF CONTENTS
1. RESULTING STANDING OFFER CLAUSES AND CONDITIONS .....................................................5
1.1 OFFER ............................................................................................................................................5
1.2 SECURITY REQUIREMENTS...............................................................................................................6
1.3 STANDARD CLAUSES AND CONDITIONS.............................................................................................6
1.4 STANDING OFFERS REPORTING .......................................................................................................7
1.5 STANDING OFFER PERIOD ...............................................................................................................7
1.6 STANDING OFFER AUTHORITY..........................................................................................................8
1.7 TECHNICAL AUTHORITY....................................................................................................................8
1.8 OFFEROR'S REPRESENTATIVE..........................................................................................................8
1.9 CALL-UP PROCEDURES....................................................................................................................8
1.10 NOTICES .......................................................................................................................................10
1.11 CALL-UP INSTRUMENT ...................................................................................................................10
1.12 LIMITATION OF CALL-UP .................................................................................................................11
1.13 PRIORITY OF DOCUMENTS .............................................................................................................11
1.14 CERTIFICATIONS - COMPLIANCE .....................................................................................................12
1.15 REPRESENTATIONS AND WARRANTIES............................................................................................12
1.16 ENVIRONMENTAL STEWARDSHIP AND ETHICAL SUPPLY CHAIN – ALL CATEGORIES ...........................12
1.17 APPLICABLE LAWS.........................................................................................................................13
1.18 STANDING OFFER EXPANSION........................................................................................................13
1.19 UPDATED INFORMATION ABOUT PRODUCTS....................................................................................13
1.20 MANDATORY PRODUCT SUBSTITUTIONS .........................................................................................13
1.21 PRODUCT SUBSTITUTIONS .............................................................................................................13
1.22 EXTENSION OF EXISTING PRODUCT LINE ........................................................................................16
1.23 PRICE REVISIONS..........................................................................................................................17
1.24 PRODUCT REMOVAL ......................................................................................................................18
1.25 TIME FOR PROCESSING OF PRODUCT SUBSTITUTIONS AND PRICE REVISION ....................................18
1.26 WITHDRAWAL OR SUSPENSION OF AUTHORITY TO USE STANDING OFFER ........................................18
1.27 EXPANSION OF OFFERORS FOLLOWING WITHDRAWAL OF AUTHORITY TO USE STANDING OFFER OR
VOLUNTARY WITHDRAWAL OF OFFEROR.....................................................................................................20
1.28 SUBSTITUTE STANDING OFFER.......................................................................................................20
1.29 CATEGORIES SET-ASIDE FOR ABORIGINAL BUSINESS – 4.0N, 7.0N, 8.0N, AND 10.0N .....................20
2. RESULTING CONTRACT CLAUSES................................................................................................22
2.1 PURCHASE REQUIREMENT .............................................................................................................22
2.2 STANDARD CLAUSES AND CONDITIONS...........................................................................................22
2.3 GENERAL CONDITIONS...................................................................................................................22
2.4 SECURITY REQUIREMENT...............................................................................................................23
2.5 PERIOD OF CONTRACT...................................................................................................................23
Standing Offer E60EJ-11000C/EJ
Page 2 of 159
2.6 DELIVERY AND INSTALLATION OF PRODUCTS...................................................................................23
2.7 CONTACT AFTER RECEIPT OF CALL-UP............................................................................................23
2.8 CONTACT BEFORE DELIVERY..........................................................................................................23
2.9 DEFAULT CONFIGURATION .............................................................................................................24
2.10 EXERCISING OPTIONS TO PURCHASE OPTIONAL QUANTITIES...........................................................24
2.11 EXCHANGE RATE FLUCTUATION .....................................................................................................25
2.12 DEFINITIONS..................................................................................................................................25
2.13 SUBSTITUTION OF PRODUCTS ........................................................................................................25
2.14 INSPECTION AND ACCEPTANCE.......................................................................................................26
2.15 PAYMENT - BASIS OF PAYMENT ......................................................................................................26
2.16 LIMITATION OF PRICE.....................................................................................................................26
2.17 METHOD OF PAYMENT ...................................................................................................................26
2.18 DISCOUNTS FOR LATE DELIVERIES AND REIMBURSEMENT OF REPROCUREMENT COSTS...................27
2.19 PRICE PROTECTION - MOST FAVOURED CUSTOMER:.......................................................................28
2.20 INVOICING INSTRUCTIONS ..............................................................................................................28
2.21 APPLICABLE LAWS.........................................................................................................................29
2.22 PRIORITY OF DOCUMENTS .............................................................................................................29
2.23 FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY ......................................................29
2.24 INSURANCE REQUIREMENTS...........................................................................................................30
2.25 LIMITATION OF LIABILITY - INFORMATION MANAGEMENT/INFORMATION TECHNOLOGY........................30
2.26 HARDWARE ...................................................................................................................................31
2.27 LICENSED SOFTWARE....................................................................................................................34
2.28 SAFEGUARDING ELECTRONIC MEDIA ..............................................................................................34
2.29 HARDWARE MAINTENANCE SERVICE...............................................................................................35
2.30 CLASSES OF HARDWARE MAINTENANCE SERVICE...........................................................................35
2.31 SOFTWARE MAINTENANCE AND SUPPORT SERVICES.......................................................................38
2.32 PRODUCT REPLACEMENT SERVICE.................................................................................................38
2.33 WARRANTY SERVICES INFORMATION FOR END USERS ....................................................................38
2.34 USER-SERVICEABLE PRODUCTS.....................................................................................................39
2.35 ACCESS TO CANADA’S FACILITIES ..................................................................................................39
2.36 LOSS OR DAMAGE TO MAGNETIC RECORDS OR DOCUMENTATION....................................................39
2.37 PROCUREMENT STRATEGY FOR ABORIGINAL BUSINESS (PSAB)......................................................39
2.38 CONDITION OF MATERIAL...............................................................................................................39
2.39 TECHNICAL DOCUMENTATION – USER MANUAL...............................................................................40
2.40 CERTIFICATIONS - COMPLIANCE .....................................................................................................40
2.41 HARDWARE CERTIFICATIONS AND APPROVALS................................................................................41
2.42 VALUE-ADDED VENDOR SUPPORT – SUPPORT PERSONNEL ............................................................41
2.43 VALUE-ADDED VENDOR SUPPORT – TELEPHONE SUPPORT.............................................................42
2.44 REMOTE USER-ASSISTED DIAGNOSTICS – ALL CATEGORIES WITH THE EXCEPTION OF 7.0N..............43
2.45 WEB SITE SUPPORT ......................................................................................................................43
2.46 ISV CERTIFICATIONS .....................................................................................................................43
2.47 DEPLOYMENT SERVICES – ALL CATEGORIES WITH THE EXCEPTION OF 7.0N.....................................44
2.48 ON-GOING SUPPLY CHAIN INTEGRITY PROCESS..............................................................................46
2.49 CHANGE OF CONTROL ...................................................................................................................50
2.50 SUBCONTRACTING.........................................................................................................................52
ANNEX A: TECHNICAL SPECIFICATIONS – MOBILE DEVICES...........................................................53
1. INTRODUCTION.................................................................................................................................53
Standing Offer E60EJ-11000C/EJ
Page 3 of 159
2. CONFIGURATIONS ...........................................................................................................................53
THE MOBILE DEVICES MUST MEET OR EXCEED THE TECHNICAL SPECIFICATIONS OUTLINED IN THIS ANNEX. .....53
2.1 CATEGORY 1.0N – THIN AND LIGHT NOTEBOOK..............................................................................53
2.2 CATEGORY 2.0N – ULTRA THIN AND LIGHT NOTEBOOK ..................................................................55
2.3 CATEGORY 3.0N – 15 INCH NOTEBOOK.........................................................................................57
2.4 CATEGORY 4.0N – 12 INCH DETACHABLE 2-IN-1 MOBILE DEVICE ...................................................59
2.5 CATEGORY 5.0N – 12 INCH ADVANCED DETACHABLE 2-IN-1 MOBILE DEVICE..................................61
2.6 CATEGORY 6.0N – 12 INCH CONVERTIBLE 2-IN-1 NOTEBOOK..........................................................63
2.7 CATEGORY 7.0N – 10 INCH SLATE TABLET ....................................................................................64
2.8 CATEGORY 8.0N – 15 INCH MOBILE WORKSTATION .......................................................................66
2.9 CATEGORY 9.0N – 15 INCH THIN AND LIGHT MOBILE WORKSTATION...............................................68
2.10 CATEGORY 10.0N – 17 INCH MOBILE WORKSTATION .....................................................................70
2.11 CATEGORY 11.0N – RUGGEDIZED NOTEBOOK ...............................................................................72
2.12 CATEGORY 12.0N – RUGGEDIZED DETACHABLE 2-IN-1 MOBILE DEVICE..........................................74
2.13 CATEGORY 13.0N – 10 INCH RUGGEDIZED SLATE TABLET ..............................................................77
2.14 CATEGORY 14.0N – SEMI-RUGGEDIZED NOTEBOOK – WINDOWS 10 PRO........................................80
3. DOCKING STATIONS –ALL WINDOWS 10 BASED DEVICES EXCLUDING CATEGORIES 7.0N,
11.0N, 12.0N, 13.0N AND 14.0N................................................................................................................84
4. SECURITY AND BIOS – ALL WINDOWS 10 BASED DEVICES EXCLUDING CATEGORY 7.0N.84
ANNEX A: TECHNICAL SPECIFICATIONS – DESKTOPS AND THIN CLIENTS...................................88
5. INTRODUCTION.................................................................................................................................88
6. CONFIGURATIONS ...........................................................................................................................88
DESKTOPS AND THIN CLIENTS MUST MEET OR EXCEED THE TECHNICAL SPECIFICATIONS OUTLINED IN THIS
ANNEX......................................................................................................................................................88
6.1 CATEGORY 1.0D – ULTRA SMALL FORM FACTOR DESKTOP – WINDOWS 10.....................................88
6.2 CATEGORY 2.0D – SMALL FORM FACTOR DESKTOP – WINDOWS 10................................................92
6.3 CATEGORY 2.1D – WINDOWS 7 PROFESSIONAL COMPATIBLE (SFF AND TOWER).............................95
6.4 CATEGORY 3.0D – TOWER FORM FACTOR DESKTOP – WINDOWS 10 ..............................................97
CATEGORY 4.0D – HIGH PERFORMANCE 3D SIMULATION DESKTOP COMPUTER ........................................101
6.5 CATEGORY 5.0D – SINGLE PROCESSOR ENGINEERING WORKSTATION ..........................................103
6.6 CATEGORY 5.0D – DUAL PROCESSOR ENGINEERING WORKSTATION.............................................107
6.7 CATEGORY 1.0T – STATELESS THIN CLIENT .................................................................................110
6.8 CATEGORY 1.1T – SECURE STATELESS THIN CLIENT WITH FIBRE..................................................111
6.9 CATEGORY 2.0T – WINDOWS 10 IOT THIN CLIENT........................................................................112
6.10 CATEGORY 2.1T – SECURE WINDOWS 10 IOT THIN CLIENT WITH FIBRE.........................................113
ANNEX A: TECHNICAL SPECIFICATIONS – MONITORS....................................................................115
7. INTRODUCTION...............................................................................................................................115
8. CONFIGURATIONS .........................................................................................................................115
MONITORS MUST MEET OR EXCEED THE TECHNICAL SPECIFICATIONS OUTLINED IN THIS ANNEX....................115
8.1 MONITOR 1.0M – 24 INCH WIDE MONITOR 1920 X 1080 RESOLUTION (FHD) .................................115
8.2 MONITOR 2.0M – 24 INCH WIDE MONITOR 2560 X 1440 RESOLUTION (FHD) .................................116
8.3 MONITOR 3.0M – 27 INCH WIDE MONITOR 2560 X 1440 RESOLUTION (WQHD) .............................116
8.4 MONITOR 4.0M – 27 INCH WIDE MONITOR 3840 X 2160 RESOLUTION (4K UHD)............................117
Standing Offer E60EJ-11000C/EJ
Page 4 of 159
8.5 MONITOR 5.0M – 32 INCH WIDE MONITOR WITH 2560 X 1440 RESOLUTION (WQHD) .....................118
8.6 MONITOR 6.0M – 34 INCH WIDE CURVED MONITOR 3440 X 1440 RESOLUTION (WQHD)................119
ANNEX B – LIST OF PRODUCTS...........................................................................................................120
ANNEX C – CALL-UP LIMITATIONS......................................................................................................121
APPENDIX C-1 – CALL-UP LIMITATIONS TABLE................................................................................126
APPENDIX C-2 – SAMPLE CERTIFICATION FORMS...........................................................................127
ANNEX D – RVD PROCESS....................................................................................................................128
APPENDIX D-1 – SAMPLE SSC IT PRO ORDER FORM.......................................................................135
ANNEX E – REQUEST FOR PRODUCTION SUBSTITUTION / PRICE REVISION FORM...................136
ANNEX F – AUTHORIZED RESELLERS AND SERVICE OUTLETS ....................................................137
ANNEX G - STANDING OFFER ACTIVITY REPORT.............................................................................138
ANNEX H – BENCHMARK PROCEDURES AND SET-UP INSTRUCTIONS ........................................139
ANNEX I - BENCHMARK RATINGS ANALYSIS – MOBILE DEVICES.................................................142
ANNEX I - BENCHMARK RATINGS ANALYSIS – DESKTOPS ............................................................149
ANNEX J - SUPPLY CHAIN INTEGRITY PROCESS .............................................................................154
1. CONDITION OF STANDING OFFER AWARD ................................................................................154
1.1 DEFINITIONS................................................................................................................................154
1.2 OFFER SUBMISSION REQUIREMENTS (MANDATORY AT SOLICITATION CLOSING) .............................154
2. ASSESSMENT OF SUPPLY CHAIN SECURITY INFORMATION: ................................................156
ANNEX K – NMSO EXPIRY DATES........................................................................................................159
Standing Offer E60EJ-11000C/EJ
Page 5 of 159
1. Resulting Standing Offer Clauses and Conditions
1.1 Offer
a) The Offeror named on page 1 of this National Master Standing Offer (NMSO) offers to
supply, deliver, configure, provide documentation, provide training, provide warranty service
and technical support for the systems (including upgrades) and system components, all
according to the prices, terms and conditions of this Standing Offer, as and when Shared
Services Canada (SSC) or its clients orders Products in accordance with this Standing Offer.
b) The Offeror offers to deliver all Products in the Annex B - List of Products in accordance with
the Default Configuration, as defined in Annex A – Technical Specifications, unless the Callup specifically requests changes to the Default Configuration.
c) Unless otherwise expressly provided for in this Standing Offer, the Offeror agrees to supply
only goods/services authorized for supply under this Standing Offer on the date the Call-up
is issued, without variation or substitution. The Offeror acknowledges that only Products
listed on the Online Ordering System on the date the Call-up is issued may be supplied.
d) The Offeror acknowledges that multiple National Master Standing Offers have been issued
for this requirement. Call-ups will be allocated among the Offerors in accordance with the
process described in the Article entitled “Call-up Procedures”.
e) "Call-up", which is defined in 2005 General Conditions, includes any contract issued as a
result of an Elevated Call-up process or Request for Volume Discount (RVD). All Call-ups
are subject to the terms and conditions set out in the Resulting Contract Clauses.
f) “Group” means the broadest grouping of similar commodities. Desktop and Mobile Devices.
g) “Category” means a specific class of equipment within a Group.
h) “Section” means each of the divisions of Products within a Category offered. Unless
otherwise specified, the 4 Sections are: 1-Default System, 2-Upgrades, 3-Components and
4-Unevaluated Options.
i) "System" means a system described in this Standing Offer that meets the minimum Detailed
Specifications set out in the Annex A entitled “Technical Specifications”. It is fully operational
and in ready-to-use state, containing all major components and all requisite ancillary items.
These include but are not limited to: Chassis / enclosure, motherboard / system board,
processor / processor modules, memory / memory cards, Operating System, device drivers /
software licenses, port licenses, power supplies, cooling fans, internal / external cables to
the system, I/O cables, etc. to allow the system to satisfy the requirements.
j) “Default System” means a system configured exactly as set out in the Annex entitled “List of
Products”, Item No. 1 for the relevant Category, without variation.
k) "Product" means any System, Upgrade, Component or Unevaluated Option, including
documentation. Products are subject to the Call-up Limitations specified unless otherwise
specified.
Standing Offer E60EJ-11000C/EJ
Page 6 of 159
l) “Upgrade” means a change to one or more aspects of the Default System described in the
Annex entitled “List of Products”, Upgrade Section, by enhancing its functionality, processing
capacity or performance. Upgrades are performed by the Offeror as part of the configuration.
m) "Component" means equipment or product that is part of a System described in the Annex
B entitled “List of Products”, Component Section. Each Component with a separate price
may be ordered by itself unless otherwise specified.
n) “Unevaluated Options” means the related equipment or components listed on an Offeror’s
optional equipment list and approved by the Technical Authority.
o) “Online Ordering System” refers to Shared Services Canada’s IT Procurement website (“IT
Pro” https://www.sscitpro-spcapproti2.com).
p) "Original Equipment Manufacturer (OEM)" means the entity that manufactures a system
(as determined by the brand name appearing on a system and in all certifications, supporting
manuals and documentation, which must be the same), not necessarily the Offeror.
1.2 Security Requirements
There are no Security Requirements applicable to this Standing Offer. However, the Standing Offer
Authority or Identified User making a Call-up may, in its discretion, include a Security Requirement.
In such instances, the Call-up will only be issued to an Offeror who, at the time of the Call-up,
satisfies the Security Requirement specified by the Identified User, as stipulated in section 2.4
Security Requirements.
1.3 Standard Clauses and Conditions
All clauses and conditions identified in the Standing Offer and resulting contract(s) 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.
a) General Conditions
i) 2005 (2017-06-21), General Conditions - Standing Offers - Goods or Services, apply
to and form part of the Standing Offer, subject to the stipulation in Section 8 of 2005
General Conditions, “standing offer unit prices” do not include the prices offered by the
Offeror in response to individual Requests for Volume Discounts. Canada will not be
liable for any errors, inconsistencies, or omissions in any information published
regarding this series of Standing Offers. If the Offeror identifies any errors,
inconsistencies or omissions, the Offeror agrees to notify the Standing Offer Authority
immediately.
ii) Section 3 of the General Conditions is amended as follows: delete “Pursuant to the
Department of Public Works and Government Services Act, S.C. 1996, c.16”.
iii) General Conditions – Standing Offers - Goods or Services is amended as follows: All
references to PWGSC contained within the Standard Instructions will be interpreted as
a reference to SSC.
Standing Offer E60EJ-11000C/EJ
Page 7 of 159
1.4 Standing Offers Reporting
a) The Offeror must compile and maintain records on its provision of goods, services or both to
the federal government under contracts resulting from the Standing Offer. This data must
include all purchases, including purchases paid for using a Government of Canada
Acquisition Card.
b) The Offeror must provide this data in accordance with the reporting requirements detailed in
Annex entitled “Standing Offer Activity Report”. If some data is not available, the reason
must be indicated. If no goods or services are provided during a given period, the
Offeror must still provide a "nil" report.
c) The data must be submitted on a quarterly basis to the Standing Offer Authority. Quarterly
periods are defined as follows:
i) 1st quarter: April 1 to June 30;
ii) 2nd quarter: July 1 to September 30;
iii) 3rd quarter: October 1 to December 31; and
iv) 4th quarter: January 1 to March 31.
d) The electronic reports must be submitted to the Standing Offer Authority no later than 30
calendar days after the end of the quarterly period.
e) Failure to submit fully completed quarterly reports in accordance with the above instructions
will result in the immediate suspension of the Offeror’s National Master Standing Offer. After
the first instance, Systems will be reinstated on the Online Ordering System refresh date
immediately following the submission of the completed report. Subsequent instances will be
dealt with under the Article below entitled “Withdrawal or Suspension of Authority to Use
Standing Offer”.
f) If requested by the Standing Offer Authority, the Offeror must provide details on its
processes for compiling the data required to fulfill its reporting obligations.
g) For each Category, the Offeror must retain all the data and the filed reports for 6 years from
the expiry of that Category.
1.5 Standing Offer Period
a) This series of National Master Standing Offers does not expire, and will continue to be valid
until Canada sets aside this series of NMSOs (the “Overall Standing Offer Period”).
b) Canada may place Call-ups under any given Category under this NMSO from the date that
Category is issued for a period of two years, plus two optional two-year extensions (the
“Standing Offeror Period for a given Category” or “Standing Offer Period for that
Category”). For any given Category, this period will be “re-activated” each time that
Category is again the subject of a competition published on the Government Electronic
Tendering Service. As a result, different Categories may be subject to different end dates.
c) The Offeror agrees that, for each Category, the rates/prices will be in accordance with the
provisions of this Standing Offer throughout the Standing Offer Period for that Category.
Standing Offer E60EJ-11000C/EJ
Page 8 of 159
d) The Contract Period of individual Call-ups may extend beyond the Standing Offer Period for
a given Category and beyond the Overall Standing Offer Period. That is, a Call-up may be
placed up until the last day of the Standing Offer Period for a given Category; the resulting
contract will be in force until all the work has been completed, including warranty services.
e) At the time Categories are re-competed, or new Categories are added, suppliers who
already hold NMSOs may be exempted from providing certain information that they have
previously provided in order to obtain their existing NMSO (for example, if the experience
requirements remain unchanged, existing Offerors may not be required to re-demonstrate
that they have the necessary experience).
1.6 Standing Offer Authority
The Standing Offer Authority is responsible for the establishment of the Standing Offer, its
administration and its revision, if applicable. The Standing Offer Authority is also the Contracting
Authority for all Call-ups issued under this Standing Offer. Upon the making of a call-up the
Contracting Authority, he is responsible for any contractual issues relating to individual call-ups
made against the Standing Offer. The Offeror acknowledges that the Standing Offer Authority is
entitled to exercise any and all audit and verification rights described in this Standing Offer,
including the Resulting Contract Clauses, in respect of any Call-ups made under this Standing
Offer and to request any information concerning Call-ups that the Standing Offer Authority
considers necessary.
The Standing Offer Authority is: Shared Services Canada - Procurement and Vendor Relations.
1.7 Technical Authority
The Technical Authority is responsible for all matters concerning the technical content of the Work
under contracts resulting from this Standing Offer. Any proposed changes to the scope of the Work
are to be discussed with the Technical Authority, but any resulting change can only be confirmed
by a revision issued by the Standing Offer Authority.
The Technical Authority is: Shared Services Canada - Procurement and Vendor Relations.
1.8 Offeror's Representative
See IT Pro List of Offeror’s page: https://www.sscitpro-spcapproti2.com/category-s/286.htm
1.9 Call-up Procedures
a) Only Authorized Call-ups to be Accepted: The Offeror agrees only to accept individual
Call-ups made by Identified Users pursuant to this Standing Offer that do not exceed the
applicable Call-up Limitations. The Offeror acknowledges that any Call-up made by an
Identified User exceeding the applicable Call-up Limitation is not permitted under this
Standing Offer and is without authority.
b) Contracting Authority: SSC is the Contracting Authority for all Call-ups, including those
made directly by Identified Users.
c) Call-ups made directly by Identified Users: An Identified User may issue a Call-up directly
to any Offeror up to the applicable Government Department’s Call-up limitations.
d) Call-ups made directly by the Standing Offer Authority: The Standing Offer Authority
may issue a Call-up directly to the Offeror up to the applicable SSC Call-up Limitations.
Standing Offer E60EJ-11000C/EJ
Page 9 of 159
e) Call-ups made directly by the Standing Offer Authority Using Request for Volume
Discount Process: For requirements that exceed the Call-up Limitations, SSC will issue a
Request for Volume Discount (“RVD”). In addition to these requirements, SSC may, in its
discretion, issue a Request for Volume Discount for any requirement. The Request for
Volume Discount process is described in the Annex entitled “RVD Process”.
f) No Contracting Outside of Authorities: The Offeror agrees not to accept Call-ups to
perform work in excess of or outside the scope of this Standing Offer without specific written
authorization from the Standing Offer Authority. The Offeror acknowledges that the Identified
Users are without authority to vary or amend the terms or scope of this Standing Offer.
g) Division and Consolidation of Requirements: Multiple Call-ups will not be issued in order
to circumvent competition. The Standing Offer Authority may consolidate requirements
across Identified Users and issue Call-ups on a periodic basis to receive better pricing.
h) Offeror’s Contact: the Offeror’s contact for all matters relating to this Standing Offer,
including all resulting Call-ups, is available on the Online Ordering System
(https://www.sscitpro-spcapproti2.com).
i) Offeror’s Agents: The Offeror confirms that the Authorized Resellers listed in the Annex
entitled “List of Authorized Resellers and Service Outlets” are authorized to act on its behalf
as its agent for the purposes of performing the Work under Call-ups and receiving payment.
Any payment made by Canada to an Authorized Reseller will be considered payment to the
Offeror itself. This agency relationship (through which the Authorized Reseller performs
contractual obligations on behalf of the Offeror) does not amend, diminish or modify any of
the responsibilities of the Offeror under the Standing Offer or any resulting Call-ups. The
Offeror agrees and understands that it is solely responsible for ensuring that all of its
Authorized Resellers complete all Call-ups in accordance with their terms and conditions and
that, if the Authorized Reseller fails to fulfill all the Call-up obligations, the Offeror must, upon
written notification from the Standing Offer Authority, immediately complete and fulfill those
obligations directly at no additional cost to Canada. The Offeror agrees to inform the
Standing Offer Authority in writing of any changes in the list of its Authorized Resellers
during the Standing Offer Period for a given Category and to remove any Authorized
Reseller if requested to do so by the Standing Offer Authority.
j) Offeror’s Service Outlets:
i) Throughout the Standing Offer Period for a given Category, the Offeror must maintain
a nationwide maintenance service network, which means that the Offeror must have a
sufficient number of service outlets necessary to meet the response times specified in
other requirements of this document, throughout Canada (other than locations
covered by any Comprehensive Land Claims Agreements).
ii) Service Outlets must be commercial (not residential) establishments. Service Outlets
must have technical support and system service facilities. The Offeror confirms that
any Service Outlets listed in the Annex entitled “List of Authorized Resellers and
Service Outlets” that are not owned and operated by the Offeror are subcontractors it
has chosen to perform Hardware Maintenance Services. Unless the Service Outlet
has also been designated by the Offeror as an Authorized Reseller, the Service Outlet
will not be considered an agent of the Offeror.
iii) The Offeror agrees and understands that it is solely responsible for ensuring that all of
its Service Outlets perform all work in accordance with the terms and conditions of the
relevant Call-up, and that, if the Service Outlet fails to fulfill any Call-up obligation, the
Offeror must, upon written notification from the Standing Offer Authority, immediately
fulfill those obligations directly at no additional charge to Canada. The Offeror agrees
Standing Offer E60EJ-11000C/EJ
Page 10 of 159
to inform the Standing Offer Authority in writing of any changes in the list of its Service
Outlets during the Standing Offer Period for a given Category.
iv) Identification of Service Outlets: The Offeror has identified the Service Outlets from
which it will provide maintenance and support services under any Call-ups against this
Standing Offer in the Annex entitled “List of Authorized Resellers and Service Outlets”.
Service Outlets are listed on the Online Ordering System.
v) The Offeror must provide at the time of offer a copy of their Service Level Agreement
(SLA) for each authorized service outlet.
k) Technical Authority for Call-ups: SSC is the Technical Authority for all Call-ups, including
those made directly by Identified Users.
l) Identified Users: It is intended that the call ups resulting from any subsequent solicitation
will be used by SSC and its clients. SSC’s clients include SSC itself, those government
institutions that are mandated as clients and other organizations for which SSC’s services
are optional. This process will not preclude SSC from using another method of supply for any
of its clients with the same or similar needs, unless a subsequent solicitation for this Project
expressly indicates otherwise.
1.10 Notices
Under this Standing Offer, where the Offeror is required to provide notice to Canada or the
Minister, notice must be provided in writing to the Standing Offer Authority; where Canada or the
Minister is required to provide notice to the Offeror, notice must be provided in writing to the
Offeror’s representative named above.
1.11 Call-up Instrument
a) Authorized Call-ups against this Standing Offer, which must reference a valid SSC IT
Procurement Reference Number (IT Pro No.) acquired from the Online Ordering System, will
be made by Identified Users using Form 942 or by the Standing Offer Authority using its own
template. Authorized Call-ups may also be made under this Standing Offer through the
Elevated Call-up or the RVD process described in this Standing Offer, in which case the
Standing Offer Authority will issue a Call-up using its own template.
b) Call-ups can also be made by other methods such as telephone, facsimile or electronic
means. With the exception of call-ups paid for with a Government of Canada acquisition card
(credit card), call-ups made by telephone must be confirmed in writing on the document
specified in the Standing Offer, provided the Identified User has acquired an IT Pro Number
for that specific call-up.
c) Call-ups against the Standing Offer paid for with the Government of Canada acquisition card
(credit card) at point of sale must be accorded the same prices and conditions as any other
Call-up, and will only be valid provided the Identified User has acquired an IT Pro Number for
that specific call-up.
d) Each Call-up results in a separate contract between Canada and the Offeror.
e) Each Call-up must specify the Standing Offer number, the applicable Category(ies), the IT
Pro number, the item number, the Product name, model, and part number.
f) With the exception of call-ups paid for with a Government of Canada acquisition card (credit
card), the Offeror acknowledges that no costs incurred before the receipt of a signed Call-Up
can be charged to this Standing Offer or any Call-ups made against it.
Standing Offer E60EJ-11000C/EJ
Page 11 of 159
g) The Offeror acknowledges and agrees that the terms and conditions set out in the Resulting
Contract Clauses that form part of this Standing Offer apply to every Call-up made under this
Standing Offer.
h) Call-ups against the Standing Offer may include multiple Clients or Identified Users.
1.12 Limitation of Call-up
The limits for subsequent orders are described in the Annex entitled "Call-Up Limitations".
1.13 Priority of Documents
If there is a discrepancy between the wording of any documents that appear on the list, the wording
of the document that first appears on the list has priority over the wording of any document that
subsequently appears on the list.
a) the articles of the Resulting Contract Clauses
b) the articles of the Standing Offer Clauses;
c) the general conditions 2005 (2017-06-21), General Conditions - Standing Offers - Goods or
Services;
d) the supplemental general conditions 4001 (2015/04/01), Hardware Purchase, Lease and
Maintenance;
e) the general conditions 2030 (2018-06-21), General Conditions - Higher Complexity – Goods;
f) Annex A, Technical Specifications;
g) Annex B, List of Products;
h) Annex C, Call-up Limitations
i) Annex D, RVD Process
j) Annex E, Request for Product Substitution / Price Revision Form;
k) Annex F, List of Authorized Resellers and Service Outlets;
l) Annex G, Standing Offer Activity Report;
m) Annex H, Benchmark Procedures and Set-up Instructions;
n) Annex I, Benchmark Ratings Analysis;
o) Annex K - Supply Chain Security Information (SCSI) Assessment;
p) Annex L, NMSO Expiry Dates; and
q) Offeror's offer dated on each individual Standing Offer.
Standing Offer E60EJ-11000C/EJ
Page 12 of 159
1.14 Certifications - Compliance
The continuous compliance with the certifications provided by the Offeror with its offer and the
ongoing cooperation in providing associated information are conditions of issuance of the Standing
Offer (SO). Certifications are subject to verification by Canada during the entire period of the SO
and of any resulting contract that would continue beyond the period of the SO. If the Offeror does
not comply with any certification, fails to provide the associated information, or if it is determined
that any certification made by the Offeror in its offer is untrue, whether made knowingly or
unknowingly, Canada has the right to terminate any resulting contract for default and set aside the
Standing Offer.
1.15 Representations and Warranties
a) The Offeror represents and warrants that, throughout the Standing Offer Period for a given
Category:
i) every system will be manufactured at a facility registered under ISO 9001:2015 by an
accredited registrar under the ISO 9001:2015, whether that certification is held by the
Offeror or the Manufacturer of the system;
ii) all electrical equipment offered under this Standing Offer is certified or approved for
use in accordance with the Canadian Electrical Code, Part 1, by a certification
organization accredited by the Standards Council of Canada (SCC) and bears the
certification logo that is applicable to the accredited agency. NOTE: Offerors may
obtain further information by contacting the SCC at 613-238-3222; and
iii) in the case of each Product offered that includes a digital apparatus, that Industry
Canada has certified that it does meet the emission limits and labelling requirements
set out in the Interference Causing Standard ICES-003, “Digital Apparatus” and the
Products must bear the certification label indicating trade name, model number, and
the words indicating Industry Canada ICES-003 compliance.
b) Compliance with these representations and warranties is a condition of authorization of the
Standing Offer and subject to verification by Canada during the entire Standing Offer Period
and during any resulting Contract. If the Offeror does not comply with any of these
representations or warranties or it is determined that any representation or warranty made by
the Offeror is untrue, whether made knowingly or unknowingly, the Standing Offer Authority
has the right to terminate any resulting contract(s) for default and set aside the Standing
Offer.
1.16 Environmental Stewardship and Ethical Supply Chain – All Categories
a) In support of the Canadian Federal Government’s Sustainable Development Strategy, which
includes policies on Green Procurement, the device manufacturers must commit to a
comprehensive, nationally recognised environmental standards for:
i) The reduction or elimination of environmentally hazardous materials;
ii) Design for reuse and recycle;
iii) Energy efficiency;
iv) End of Life Management for reuse and recycle;
v) Environmental stewardship in the manufacturing process; and
Standing Offer E60EJ-11000C/EJ
Page 13 of 159
vi) Packaging.
b) Devices must be listed by the Green Electronics Council as EPEAT 2018 Bronze level
certified. The device must appear on the EPEAT product registry prior to offer closing.
c) https://www.epeat.net/?category=pcsdisplays
1.17 Applicable Laws
The Standing Offer and any contract resulting from the Standing Offer must be interpreted and
governed, and the relations between the parties determined, by the laws in force in Ontario.
1.18 Standing Offer Expansion
SSC may, at any time, conduct further Requests for Standing Offers for new Groups, Categories
and Sections, and the resulting offers may be incorporated into this series of National Master
Standing Offers. Requirements for new Groups and Categories will be subject to an open
competition posted on the Government Electronic Tendering Service. New Sections within an
existing Category could be added by SSC having existing Offerors in that Category supplement
their Standing Offers. In cases where changes to the NMSO terms and conditions have occurred
since the Offeror was first issued a Standing Offer, Offerors may be requested to agree to apply the
updated terms and conditions incorporated in a subsequent solicitation process to all Groups,
Categories and Sections within their Standing Offer.
1.19 Updated Information About Products
During the Standing Offer Period for a given Category, Offerors are requested to provide regular
updates to the Technical Authority regarding upgrades to the capabilities of the Products, such as
when additional operating systems are supported or new drivers become available.
1.20 Mandatory Product Substitutions
a) If 50% or more of Offerors in a Category have migrated to next-generation technology, SSC
reserves the right to require that any dated Products be updated. Offerors will be given
written notice by the Standing Offer Authority to complete a substitution. Submission of a
complete request for substitution must be completed within 30 days; otherwise, the identified
Product will be removed from the Standing Offer. The “place” held by that System will be
held pending submission of a request for substitution, provided it is made in accordance with
these terms and within 60 days of the date of removal. If mitigating circumstances are
proven by the Offeror, SSC Standing Offer Authority may revise the deadline.
b) As newer technology becomes available, SSC may update the Categories in this Standing
Offer. Only Offerors approved to offer Products (as indicated on the Online Ordering System)
within the existing Category will be invited to submit substitution requests to supply new
Products for the replacement Category. The Standing Offer Authority would provide the
applicable Offerors with written notice describing the replacement requirements. The period
for requesting clarifications and submitting the substitution request would be a minimum of
30 days.
1.21 Product Substitutions
a) Conditions for Proposing Substitution(s): The Offeror may propose a substitution for an
existing Product authorized for supply under this Standing Offer, provided the proposed
substitute meets or exceeds the specification(s) detailed in the Annex entitled “Technical
Specifications”, as well as meeting or exceeding the specifications of the existing Product
Standing Offer E60EJ-11000C/EJ
Page 14 of 159
being substituted in all respects unless otherwise specified. The price for the substitute
Product must not exceed:
i) the ceiling price for the Product originally offered in the Offeror’s Offer;
ii) the current published list price of the substitute Product, less any applicable
Government discount; or
iii) the price at which the substitute Product is generally available for purchase,
whichever is the lowest.
b) Ceiling Prices: During substitutions, situations can occur where it is difficult to use the
ceiling price of an existing individual Product as a ceiling price limit for the new Product. In
cases like this, price support may be requested by the Standing Offer Authority for the
individual Product. This is at the sole discretion of the Standing Offer Authority. The
Standing Offer Authority also has the right to refuse any substitution that, in the Standing
Offer Authority’s view, does not represent good value to Canada.
c) Substitution Costs: The proposed substitution will be subject to technical assessment and
any costs associated with the technical evaluation will be at the Offeror’s expense.
d) Benchmark Testing: SSC may require that the Offeror demonstrate through testing
(including compatibility testing) that the proposed substitute Product meets or exceeds the
specifications in the Annex entitled “Technical Specifications” as well as meeting or
exceeding the specifications of the existing Product being substituted. Testing will be done in
accordance with the procedure described in the Annex entitled “Benchmark Procedures and
Set-up Instructions”. Canada is not obligated to evaluate any or all substitute Products
proposed.
e) Process for Requesting Substitution: The request for substitution must be made by
submitting to the Standing Offer Authority a completed “Request for Product
Substitution/Price Revision Form”, which must provide the full details on the nature of the
substitution including the URL(s) for the applicable technical specification(s) of the Product,
any necessary technical documentation, certifications, manuals and a copy of the current
published list price for the Product. Upon request, the Offeror must provide information
substantiating compliance with the requirements listed in the annex entitled “Technical
Specifications”. Also, a revised Annex entitled “List of Products” in both hard and electronic
copy may be requested by Canada depending on the extent the of proposed Product
substitution(s). Finally, the Offeror must submit an SCSI for each new item on the List of
Products for the SCI assessment process described in Annex K.
f) Limit on Number of Systems from Same Offeror or Same Manufacturer:
i) For Thin Client Categories: Offerors are not permitted to have more than three
Systems approved in any Category. No more than three Systems from any one
Manufacturer will be approved in any Category. Proposed substitutions that would
result in either case will not be approved.
ii) For all other Categories: Offerors are not permitted to have more than two Systems
approved in any Category. No more than two Systems from any one Manufacturer will
be approved in any Category. Proposed substitutions that would result in either case
will not be approved.
Standing Offer E60EJ-11000C/EJ
Page 15 of 159
g) Same System: Offerors are not permitted to substitute a System that would result in the
Same System (from the same Manufacturer) appearing more than once in a Category.
Proposed substitutions that would result in this case will not be approved.
h) Category Migration (Recategorization as a Result of Substitution): Whenever the nature
of the proposed substitution is such that the replacement System meets the minimum
specifications/ requirements of a higher NMSO Category within the same Group of
Categories (e.g., the Product is listed in Category X.1, but the proposed substitution satisfies
the specifications in Category X.2), the replacement System may (if requested by the
Offeror, and if space exists in that Category) be reclassified in the Category where it belongs
(i.e. the highest Category in which it can meet all the mandatory specifications within the
same Group), subject to the above-noted condition that Offerors and Manufacturers are not
permitted to have more than two (or three for Thin Clients) Systems approved in any NMSO
Category and the Same System cannot appear more than once in a Category. Whether to
approve any request by an Offeror to re-categorize a System is within the discretion of the
Standing Offer Authority.
i) Acceptance of Substitution Discretionary: Whether or not to accept or reject a proposed
substitution is entirely within the discretion of Canada. If Canada does not accept a
proposed substitution, the original Product will continue to be authorized under this Standing
Offer, unless the Offeror withdraws that Product from the Standing Offer or that Product
becomes End of Life unless the article 1.20 “Mandatory Product Substitution” applies.
j) Documentation of Accepted Substitution: Approved substitutions cannot be supplied
under a Call-up or in response to RVDs until posted on the Online Ordering System. In the
case of a Call-up, the substitution must be posted at the time the Call-up is issued;
otherwise, the item posted on the Online Ordering System at the time the Call-up was issued
must be supplied. In the case of an RVD, only items posted on the Online Ordering System
at the time the RVD is issued can be offered in response to the RVD.
k) Discontinued/Out of Stock Products: The Offeror must immediately notify the Standing
Offer Authority if any Product listed in this Standing Offer is discontinued or is otherwise
unavailable (e.g., End of Life, Out of Stock). The discontinued or unavailable Product will be
removed by SSC from this Standing Offer, but the “place” held by that Product will be held
pending submission of a request for substitution, provided it is made in accordance with this
Article and within 60 days of providing notice of the lack of availability, or by the next
substitution deadline date, whichever is later. If a request for substitution is not made within
the timelines described above, a substitution request might not be granted, in which case the
Product would no longer be included in the Standing Offer without the possibility of being
reinstated. For the purpose of calculating the Evaluated Price, a removed Product that had
formed part of the evaluated price calculation will have a value assigned to it equal to the
most expensive equivalent Product offered by the other Offerors in the same Category.
l) Initially Unavailable Products: Where Offerors are required to offer all requested
upgrades/components and not all Offerors provide a price, for the purpose of calculating the
Evaluated Price, a value will be assigned equal to the most expensive equivalent Product in
the same category. The Offeror may propose a substitution, provided it is in accordance with
this Article. The price for the substitute Product must not exceed the highest ceiling price
among all the Offerors. Should no one be offering that particular item in the category, then
the first Offeror to offer the item will establish the ceiling price.
m) Generational Changes: Canada recognizes that, during the Standing Offer Period, there
may be a generational change in technology that may affect some of the mandatory
requirements detailed in the Technical Specifications in the Annex entitled “Technical
Specifications”. If this occurs, Canada will examine the available technologies, determine
which would be acceptable for substitutions, and will advise the Offerors accordingly.
Standing Offer E60EJ-11000C/EJ
Page 16 of 159
n) One-for-one Substitutions Only: Substitutions of Products will be on a “one-for-one” basis.
o) Unevaluated Options – Products Substitutions or Additions: For Unevaluated Options,
the Offeror may offer a limited number of items that relate directly to their systems. SSC will
not authorize professional services as Unevaluated Options. Whether or not to approve any
proposed substitution or additional “Unevaluated Options” is within SSC’s sole discretion.
Unevaluated Options can be proposed with the Offeror’s offer in Annex B, including the
following below. Substitute and additional “Unevaluated Options” must be proposed by the
Offeror by submitting a fully completed Annex entitled Request for Product Substitution/Price
Revision Form”, together with the following:
i) the URL for Product specifications and/or sufficient documentation for the SSC team
to complete a technical assessment of the Product;
ii) a copy of published list prices, where available or price support;
iii) if any substitute or Optional Item being offered is manufactured by a Manufacturer not
already represented in Products already offered under the Offeror’s Standing Offer, a
Manufacturer Certification in the form set out in the original solicitation that resulted in
this Standing Offer being issued; and
iv) the discount off the list price for each item being proposed. The Standing Offer
Authority may require the Offeror to provide price support for any proposed
Unevaluated Options at any time.
p) Canada recognizes that during the period of the Standing Offer some of the lower capacity
hard disk drives and RAM, specified in the Annex entitled “List of Products”, may no longer
be available for some of the Default Systems. If this occurs, then NMSO holders may request
a substitution for the item for which the specified capacity is no longer available. However, to
be acceptable, the current incremental capacity relationship between each of the items
defining a hard disk drive or RAM must be maintained.
q) Canada recognizes that during the period of the Standing Offer the Operating System(s)
specified in the Annex entitled “List of Products”, may no longer be available for purchase. If
this occurs, then NMSO holders may request a substitution for the item and SSC will
negotiate a fair and equitable replacement for all Offerors.
1.22 Extension of Existing Product Line
a) During the Standing Offer Period, if technological improvements have been made to the
products available for purchase or lease under this Standing Offer, the Offeror may propose
new products that are an extension of an existing Product line or the "next generation" of an
existing product line that meet or exceed the specification(s) of existing products under this
Standing Offer, if the ceiling price or ceiling outright purchase price for the new product does
not exceed:
i) the ceiling price for the product originally offered in the Offeror's offer that resulted in
the issuance of this Standing Offer plus 5% at the discretion of the standing offer
authority.
ii) the current published list price/rate of the substitute product, less any applicable
Government discount; or
iii) the price/rate at which the substitute product is generally available for purchase,
whichever is the lowest.
Standing Offer E60EJ-11000C/EJ
Page 17 of 159
b) Whether or not to accept or reject a proposed new product is entirely within the discretion of
Canada. If Canada does not accept a proposed new product that is proposed to replace an
existing product, the Offeror must continue to deliver the original product. If accepted, the
addition of the new product will be documented for the administrative purposes of Canada by
a revision amendment, by adding the new product to the Standing Offer.
c) No new products will be included in the Standing Offer until one year after the Standing Offer
is issued.
1.23 Price Revisions
a) Price Refresh: During the Standing Offer Period for a given Category, the Offeror may
submit a request to reduce the current price being offered for any existing Standing Offer
Product. Price increases will only be accepted in conjunction with a substitution to a
maximum of the ceiling unit price. Price reductions and increases are both subject to the
terms detailed in the article entitled “Product Substitutions”; however, the substitution
timelines do not apply to price reductions.
b) Temporary Price Drop: During the Standing Offer Period for a given Category, the Offeror
may submit a request to temporarily reduce the current price being offered for an existing
Standing Offer Product. The price drop period must be no shorter than 2 periods and no
longer than 4 periods. At the end of the period, the Standing Offer price will revert to the
price level in effect before the price drop.
c) Process for Requesting Price Revision: The request for a price revision must be made by
submitting to the Standing Offer Authority a completed “Request for Product
Substitution/Price Revision Form”, which must provide the full details on the nature of the
revision.
d) Acceptance of Price Revision Discretionary: Whether or not to accept or reject a
proposed price revision is entirely within the discretion of Canada. The Standing Offer
Authority may also require a certification, before approving a revision that the pricing
satisfies the requirement described in the article entitled “Price Protection – Most Favoured
Customer”. The Offeror agrees that no price revision will be effective until formally authorized
by SSC in writing and posted on the Online Ordering System.
e) Published Price Drop: If, during the Standing Offer Period for a given Category, a price
decrease is published or publicly announced, the Offeror must provide the benefit of that
decrease to Canada by submitting a completed “Request for Product Substitution/Price
Revision Form” to reflect the published or publicly announced price reduction.
f) Consistent Pricing: An Offeror that has the same Product listed in multiple Categories must
have a consistent price across each of those Categories. It is the Offeror’s responsibility,
throughout the Standing Offer Period for a given Category, to respect this pricing rule. Where
the Offeror lowers the price in one Category, Canada has the right to lower the price on the
SSC`s Online Ordering System for that Product in all other Categories where it is offered by
the Offeror, if the Offeror has not done so.
g) Pricing to be lower than specified Call-up Limitations: Offerors should ensure that all unit
pricing for Section 4 is below the specified Call-up Limitation for that Section. This will ensure
that authorized users will be able to call-up the particular item when required.
h) Exchange rate fluctuations: See https://buyandsell.gc.ca/policy-and-guidelines/standardacquisition-clauses-and-conditions-manual/5/C/C3015C/12
Standing Offer E60EJ-11000C/EJ
Page 18 of 159
i) Semi-annual SSC will review the exchange rate and Canada assumes some of the
risks and benefits for exchange rate fluctuation. The exchange rate fluctuation amount
is determined in accordance with the provision of this clause.
ii) On a semi-annual basis, Canada may amend the prices in the Standing Offer to reflect
the exchange rate.
iii) Canada reserves the right to audit any revision to costs and prices under this clause.
1.24 Product Removal
The Standing Offer Authority reserves the right to remove any offered Product. The Product will be
removed by SSC from this Standing Offer, but the "place" held by that Product will be held pending
submission of a request for substitution, provided it is made in accordance with the article entitled
"Product Substitutions". For the purposes of calculating Evaluated Price, a Product that has been
removed but which forms part of the evaluated price calculation will have a value assigned to it
equal to the most expensive equivalent Product offered by the other Offerors in the same Category.
1.25 Time for Processing of Product Substitutions and Price Revision
a) The Online Ordering System will be updated every two weeks throughout the year to
incorporate all newly approved product substitutions and price revisions into the NMSO.
These regular, pre-determined dates for the Online Ordering System updates will be
indicated on the Online Ordering System. SSC provides no guarantee regarding the time
required to process substitution requests or price revision requests.
b) The Offeror acknowledges that the period from January 1 to March 31 is particularly busy for
SSC and that there may be delays in processing price revision requests during that time.
SSC will not delay the release of RVDs to coincide with substitutions. Offerors need to
consider the possibility of delays in timing their requests.
c) Only product substitutions that are submitted and testing completed (if applicable) a
minimum of two weeks before the posting date will be reflected in the next posting unless
otherwise authorized by the Standing Offer Technical Authority.
d) Only price revisions that are completed and approved a minimum of three business days
before the posting date will be reflected in the next posting.
1.26 Withdrawal or Suspension of Authority to Use Standing Offer
a) Canada may, at any time, for operational reasons, withdraw authority from Identified Users
to use the Standing Offer.
b) Canada may also, at any time, withdraw authority from Identified Users to use this Standing
Offer if the Offeror breaches the terms of this Standing Offer or any Call-up, including:
i) Delivery of Products not listed in this Standing Offer, except to the extent expressly
authorized by this Standing Offer. Authorized Products are those that have been
specifically approved in writing by SSC for inclusion in this Standing Offer and are
posted on the Online Ordering System on the date the Call-up is made;
ii) Delivery of any Product that provides a lower level of performance than or does not
meet the minimum specifications and requirements described in the Technical
Specifications set out in Annex entitled “Technical Specifications” or the technical
Standing Offer E60EJ-11000C/EJ
Page 19 of 159
specifications of the Product approved for that Offeror and posted on the Online
Ordering System, whichever is higher;
iii) Substitution of any Product without prior written authorization from the Standing Offer
Authority;
iv) Price revision without prior written authorization by SSC;
v) Late deliveries;
vi) Poor warranty/maintenance service;
vii) Distribution or publication of advertising, including information included in supplier
websites, that has not been approved by the Standing Offer Authority and/or that
might be interpreted as suggesting that unauthorized items are available under the
Standing Offer or providing any information that conflicts with any aspect of the terms
and conditions, pricing, or availability of Systems currently available under this
Standing Offer;
viii) Failure to submit complete and accurate Standing Offer Activity Reports within the
required time frames;
ix) Breach of any of the specific terms and conditions detailed in this Standing Offer or
any Call-up (e.g. failure to meet the hotline support requirements, failure to respect the
Call-up limitations, change of manufacturing facility to a non-ISO 9001: 2015 certified
facility, failure to maintain an environmental certification (such as EPSC) where an
Offeror is gaining an advantage for being certified, etc.);
x) Refusing a Call-up at any time, without sufficient cause, from any Identified User
where the Call-up is for a Product currently listed and approved under this Standing
Offer, or for options agreed to in a RVD Call-up; and
xi) Listing (or failing to remove) any End of Life (EOL) System Products from this
Standing Offer and the Online Ordering System.
c) The Offeror acknowledges that Canada may suspend the authority of Identified Users to use
the Offeror’s Standing Offer for a period of up to 3 months on the first suspension. Any
suspension may affect multiple Categories.
d) The Offeror acknowledges that Canada may suspend the authority of Identified Users to use
the Offeror’s Standing Offer for up to the remaining period of the Standing Offer or simply
withdraw authority to use the Standing Offer entirely on any additional breach of any of the
terms and conditions of the Standing Offer.
e) The Offeror acknowledges that Canada may publish information regarding the status of the
Offeror’s Offer, including the suspension or withdrawal of authority to use the Offeror’s
Standing Offer.
f) If an individual Call-up made under this Standing Offer is terminated, for default or otherwise,
that termination will not automatically result in withdrawal of authority to use the Standing
Offer. The Offeror acknowledges, however, that a default under any contract made under
this Standing Offer may result in the suspension or withdrawal of authority to use this
Standing Offer.
g) Any Offeror whose Authorized Reseller or Service Outlet breaches any of the terms and
conditions of this Standing Offer or a Call-up may be asked to remove that Authorized
Reseller or Service Outlet from its list of authorized agents or subcontractors, in addition to
Standing Offer E60EJ-11000C/EJ
Page 20 of 159
any other remedy SSC may invoke. A breach by an Authorized Reseller or Service Outlet is
a breach by the Offeror itself.
1.27 Expansion of Offerors Following Withdrawal of Authority to Use Standing
Offer or Voluntary Withdrawal of Offeror
After permanently withdrawing authority to use any Offeror’s Standing Offer or if any Offeror
voluntarily withdraws its Standing Offer, in whole or in part, Canada may, in its sole discretion, do
one or more of the following in respect of any Category:
a) leave the Category “as is” (i.e., the Standing Offers of the remaining Offerors will remain
available for Call-ups and no new Offerors will be added);
b) call for new Offers in respect of one or more affected Categories through the Government
Electronic Tendering Service; or
c) contact the Offeror (if any) whose offered System complied with all the requirements of the
Request for Standing Offer that resulted in the issuance of this Standing Offer and was “next
in line” under the evaluation methodology, but who was not issued a Standing Offer because
it fell outside the acceptable price range. If that Offeror agrees to honour the ceiling price of
the Offeror whose Standing Offer has been cancelled, that Offeror may be issued a Standing
Offer in the applicable Category; if that Offeror does not wish to honour the previous
Offeror’s pricing, Canada may, but will have no obligation to, contact the next-ranked Offeror.
1.28 Substitute Standing Offer
The Standing Offer is not assignable or transferable and any purported assignment or transfer is
void and of no effect. However, the Standing Offer Authority may agree to issue a substitute
Standing Offer where:
a) A request to the Standing Offer Authority to issue a substitute Standing Offer is made by the
original Standing Offer Holder; and
b) The proposed substitute Standing Offer is for the same goods and services, on the same
terms and conditions, and at the same prices as the offer submitted by the original Standing
Offer Holder.
c) A substitute Standing Offer request should be submitted to the Standing Offer Authority at
least 30 days prior to its requested effective date. Should SSC decline the substitute
Standing Offer request, the Standing Offer Holder will be able to either withdraw their
Standing Offer or continue to be the legal Standing Offer Holder.
1.29 Categories Set-Aside for Aboriginal Business – 4.0N, 7.0N, 8.0N, and 10.0N
All call-ups for Categories 4.0N, 7.0N, 8.0N, and 10.N will be set aside to Authorized Aboriginal
Resellers under the federal government`s Procurement Strategy for Aboriginal Business (pursuant
to the set-aside provisions for small and minority businesses in the international trade agreements,
as well as Article 1802 of the Agreement on International Trade, as applicable. An Aboriginal
Business is a business entity which meets the requirements as published by the government of
Canada at this location: http://www.aadnc-aandc.gc.ca/eng/1100100033060/1100100033061).
Offerors can be an Original Equipment Manufacturer (OEM) or Value-added Authorized Resellers.
While the Offerors of Categories 4.0N, 7.0N, 8.0N and 10.0N do not need to be an Aboriginal
Business, each Offeror must have at least three (3) Authorized Aboriginal Resellers, through which
all call-ups will be processed. Offerors of all other Categories must also include at minimum three
(3) Authorized Aboriginal Resellers as Authorized Resellers, through which call-ups may be
processed. Each Authorized Aboriginal Reseller acting as a Contractor must comply with the
Standing Offer E60EJ-11000C/EJ
Page 21 of 159
conditions of the Procurement Strategy for Aboriginal Business detailed in clause 2.37 of Section 2,
Resulting Contract Clauses.
Standing Offer E60EJ-11000C/EJ
Page 22 of 159
2. Resulting Contract Clauses
The following clauses and conditions apply to and form part of any contract resulting from a call-up
against the Standing Offer.
2.1 Purchase Requirement
a) ______________________________ (the “Contractor”) agrees to supply to the Client the
goods and services described in the Call-up against the Standing Offer in accordance with,
and at the prices set out in this Contract.
b) Client: Any references to “Client” or “Clients” includes any Government Department, Multiple
Departments, Departmental Corporation or Agency, Multiple Corporations or Agencies or
other Crown entity described in the Financial Administration Act (as amended from time to
time), and any other party for which the Shared Services Canada has been authorized to act
from time to time under section 8 of the Shared Services Act. With respect to each contract,
the Client is the Identified User identified in the Call-up or Request for Volume Discount
resulting in the contract.
c) 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 the 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.
d) Transfer of Products to Another Identified User: The Contractor agrees that Canada may
transfer the Products and the licenses to use the Licensed Software running on them from
one Identified User to another, without affecting the Contractor’s obligation to provide the
services described in the Contract or the Contractor’s obligation to deliver additional
quantities in accordance with the Contract.
2.2 Standard Clauses and Conditions
All clauses and conditions identified in the Standing Offer and resulting contract(s) 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.
2.3 General Conditions
a) 2030 (2018-06-21), General Conditions – Higher Complexity – Goods, apply to and form part
of the Contract.
Section 2 of the General Conditions is amended as follows: delete “Pursuant to the Department of
Public Works and Government Services Act, S.C. 1996, c.16”.
General Conditions – Higher Complexity – Goods is amended as follows: delete reference to
“Public Works and Government Services (PWGSC)” insert “Shared Services Canada (SSC)”
b) Supplemental General Conditions:
4001 (2015-04-01), Supplemental General Conditions - Hardware Purchase, Lease and
Maintenance, apply to and form part of the Contract.
Standing Offer E60EJ-11000C/EJ
Page 23 of 159
2.4 Security Requirement
a) Unless otherwise specified in the Call-up form, there are no security requirements. However,
the Contractor must treat as confidential, during as well as after the provision of goods or
services contracted for, any information of a character confidential to the affairs of Canada,
to which the Contractor’s servants, subcontractors or agents become privy. If security
requirements are included in the Call-up form, all personnel assigned to provide services
must have a current security clearance to the level specified in the Call-up, granted by the
Canadian Industrial Security Directorate. If on-site maintenance is requested, the Offeror's
technician must be escorted at all times.
b) Should it become necessary, during the Contract Period, for the Client to invoke further
security measures, the Contractor must comply with the security classification at that time.
2.5 Period of Contract
The Work must be completed in accordance with the call-up against the Standing Offer. This
Contract is effective on the date the Call-up is issued. The "Contract Period" is the entire period of
time in which Contractor is obliged to perform the Work, from the date the Call-up is issued until the
end of the Warranty Period or all work required during the Hardware Warranty Period has been
completed for all Products, whichever is later.
2.6 Delivery and Installation of Products
The Contractor agrees to supply, deliver and configure, install (if required by a Call-up), integrate
and implement (if required by Call-up), provide warranty, maintenance, software support services
and documentation for the systems and other Products ordered under this Contract (as specified in
the Call-up), to the Identified User, according to the prices, terms and conditions in this Contract.
Products must be delivered on an “as and when requested” basis to the location(s) specified in the
Call-up, which may be locations anywhere in Canada, when the Call-up is made in accordance with
this NMSO. If specified in the Call-up, the Contractor must provide the Identified User with a
Delivery Report detailing the delivery location and asset number of all Systems delivered within two
weeks of delivery.
2.7 Contact after receipt of Call-up
Upon receipt of the Call-up, the Contractor must acknowledge receipt and advise the Identified
User of its best delivery date (which date must be no later than the Delivery Date). If the required
number of Products exceeds or threatens to exceed the Contractor’s ability to supply by the
Delivery Date, the Contractor must immediately advise the Contracting Authority and the Identified
User. The Contracting Authority will have the option of terminating the Call-up for default, or of
extending the delivery date, or of accepting late delivery. Deliveries received after the Delivery Date
will be subject to the discounts described in the clause entitled “Discounts for Late Deliveries and
Reimbursement of Reprocurement Costs”.
2.8 Contact before Delivery
Unless otherwise specified in the Call-up or the Identified User has agreed in writing to other
arrangements, the Contractor must contact the Identified User (or any individual designated as
“Delivery Contact” in the Call-up) a minimum of twenty-four (24) hours prior to the delivery of any
equipment. Failure to make contact may result in the shipment being refused at destination; any
re-shipping costs will be the Contractor’s responsibility.
Standing Offer E60EJ-11000C/EJ
Page 24 of 159
2.9 Default Configuration
The Contractor must deliver all Systems in accordance with the System configuration, as defined in
the Annex entitled “Technical Specifications”. If the Call-up specifically requests changes to the
Default Configuration the alternate configuration must be in accordance with Annex C (Call-up
Limitations) of the Standing Offer.
2.10 Exercising Options to Purchase Optional Quantities
a) Canada reserves the right to exercise options in order to purchase additional quantities for
the Identified User or any other government institution for whom SSC’s services are either
mandatory or optional at any point during the life of this contract as per the Annex titled–
“List of Deliverables and Prices”.
b) Options to purchase the additional quantities specified in the Annex titled – “List of
Deliverables and Prices - Department Name Options”, may be exercised through a maximum
of 3 amendments or IT Pro Orders per Identified User to the RVD Contract, unless otherwise
agreed to by the Contractor and the Contracting Authority, at any time within 12 months of
the RVD Contract award date. These additional quantities may be exercised through SSC IT
Pro Order forms (see sample form at Appendix D-1 – SSC IT Pro Order Form).
c) Options to purchase the additional quantities specified in the Annex titled – “List of
Deliverables and Prices - SSC IT Pro Inventory Options” may be exercised through SSC IT
Pro Orders (see sample form at Appendix D-1 – SSC IT Pro Order Form) at any time within
12 months, unless otherwise agreed to by the Contractor and the Contracting Authority, of
the RVD Contract award date.
d) Quantities ordered under SSC IT Pro Inventory Options will be delivered in accordance with
the delivery dates indicated in the NMSO Section 2.26 Hardware, commencing on the date
of the approved IT Pro order form to exercise SSC IT Pro Inventory Options. Canada may
confirm the Contractor’s ability to meet the delivery times prior to placing an order for
optional quantities.
e) Canada reserves the right to add new delivery and invoicing locations when exercising the
optional quantities.
f) The Contractor agrees not to supply any additional quantities under any Call-up made
directly by an Identified User (i.e., additional quantities may only be specified in Call-ups
made by the SSC Contracting Authority).
g) Department and SSC IT Pro Inventory Options: For additional Hardware delivered to SSC
Clients, if Canada exercises its option through amendments to the Contract / SSC IT Pro
Order forms, Canada will pay the Contractor the firm price(s) set out in Annex titled “List of
Deliverables and Prices”, DDP destination, including all customs duties, Applicable Taxes
extra.
h) The prices for Department Options should include shipping from the Contractor’s Canadian
facility to the Identified User. If shipping fees are excluded, shipping from the Contractor’s
Canadian Facility to the Identified User will be paid to the Contractor at cost and must be
identified as a separate line item on the invoice. Canada may at any time request a copy of
the shipping invoice to substantiate shipping charges or a report (in Excel format) of all
shipping charges from the Contractor’s Canadian facility to the Identified User. Any costs
associated with shipping the deliverables from an international location to Canada, including
shipping costs, customs, or duties, among others, must be included in the unit price of the
deliverable.
Standing Offer E60EJ-11000C/EJ
Page 25 of 159
i) The prices for SSC IT Pro Inventory Options exclude shipping from the Contractor’s
Canadian facility to the Identified User. Shipping from the Contractor’s Canadian Facility to
the Identified User will be paid to the Contractor at cost and must be identified as a separate
line item on the invoice. Canada may at any time request a copy of the shipping invoice to
substantiate shipping charges or a report (in Excel format) of all shipping charges from the
Contractor’s Canadian facility to the Identified User. Any costs associated with shipping the
deliverables from an international location to Canada, including shipping costs, customs, or
duties, among others, must be included in the unit price of the deliverable.
j) Identified Users are responsible to pay for any Environmental Handling Fee (EHF) applicable
to their order at cost, and based on the delivery address(es).
k) The product specifications and prices for optional quantities may be published on a thirdparty hosted e-store solution to enable clients to order the products from SSC. The solution
will be a private e-store (SSC IT Pro), requiring members to be given an account and access
by SSC. There is a possibility that the specifications and pricing could be accessed by other
parties unbeknownst to SSC. If an amendment is issued to include the SSC ITPRO
Inventory Options in the Contract, Identified Users will be able to select any options made
available on SSC IT Pro inventory resulting in potentially numerous sets of configurations for
SSC IT Pro Inventory Options orders.
l) 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 offerding
for the Contract.
2.11 Exchange Rate Fluctuation
Canada assumes some of the risks and benefits for exchange rate fluctuation. The exchange rate
fluctuation amount is determined in accordance with the provision of this clause.
a) On a semi-annual basis, Canada will amend the prices in the contract to reflect the
exchange rate fluctuation if it is greater than 5% (increase or decrease) since the previous
price adjustment. The exchange rate fluctuation will be calculated on January 15 and July 15
after contract award and take effect starting the first of the following month. The exchange
rate adjustment amount will be calculated in accordance with the following formula:
b) Adjustment = initial [Department Option or SSC IT Pro Inventory Option] unit price at contract
award x (exchange rate for adjustment – initial exchange rate) / initial exchange rate
c) The initial exchange rate is typically set as the noon rate as published by the Bank of
Canada on the solicitation closing date.
d) Canada reserves the right to audit any revision to costs and prices under this clause.
2.12 Definitions
Any capitalized terms not defined in this Contract have the meaning given to them in the Standing
Offer or the General Conditions or Supplemental General Conditions incorporated into this Contract
by reference.
2.13 Substitution of Products
If this Contract was issued following a Request for Volume Discount (RVD) process under the
Standing Offer, and if Canada exercises its option to purchase additional quantities specified in the
RVD and the item has, since the time the RVD Call-up was issued, been the subject of a
substitution under the Contractor’s Standing Offer, the Contractor may notify the Standing Offer
Standing Offer E60EJ-11000C/EJ
Page 26 of 159
Authority and substitute a System and/or Component currently listed on the Contractor’s Standing
Offer on the Online Ordering System that meets the specifications of the RVD Call-up; however,
the Contractor must supply the substituted item at the original price provided for in the RVD Callup. Substitutions will only be permitted if and when Canada exercises its option to purchase
additional quantities; for greater certainty, substitutions will not be permitted for the delivery of the
original quantities required to be delivered under this Contract.
2.14 Inspection and Acceptance
Each Product and its supply, delivery, configuration, installation (if required by a Call-up),
integration and implementation (if required by the Call-up) including the warranty, maintenance,
software support services and associated documentation (as specified in the Call-up) is subject to
inspection and acceptance by the Identified User in accordance with Supplemental General
Conditions 4001. If the Products do not correspond to the System(s) (including configuration), or
Component(s) offered under the Standing Offer or otherwise specified in the Call-up, or if the
Products do not meet the Technical Specifications described in the Annex entitled “Technical
Specifications” and the Call-up, the Contractor will be in default of this Contract and Canada may
reject the Products or require that they be corrected at the sole expense of the Contractor before
accepting them. No payment for any Product is due under the Contract unless the Product is
accepted. No restocking fees or other charges will apply to Products that are not accepted.
2.15 Payment - Basis of Payment
a) Purchased Product: For the supply, delivery, configuration, installation, integration (if
Required by a Call-up) of the Hardware in accordance of the call-up, including the
associated documentation, and including Hardware Maintenance Service, during the period
of the Standing Offer and any extensions thereof, Canada will pay the Contractor:
i) if this Contract results from a Call-up made directly by an Identified User within the
Call-up Limitations set out in the Standing Offer, the firm current unit price published
on the Online Ordering System on the date the Call-up is issued, DDP Incoterms
2010, Applicable Taxes are extra.
ii) If this Contract results from a Call-up made by the Contracting Authority, the unit
prices set out in the call-up.
b) All prices are in Canadian dollars, DDP Incoterms 2010, Applicable Taxes are extra,
Customs Duty and excise taxes included, if applicable. Shipping and handling, if applicable,
are part of the system price.
c) Provincial Disposal Surcharge: All unit prices are exclusive of any disposal surcharge
(environmental handling fee). Any provincial disposal surcharge is extra to the price and will
be paid by Canada.
2.16 Limitation of Price
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.
2.17 Method of Payment
a) With the exception of call-ups paid for with a Government of Canada acquisition card (credit
card), Canada will pay the Contractor following delivery of the Products in accordance with
the payment provisions of the Contract if:
Standing Offer E60EJ-11000C/EJ
Page 27 of 159
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 delivery has been accepted by Canada provided, however, that where warranty,
maintenance or support services are included in the price of any deliverable, payment
will be made for that deliverable, notwithstanding that all of the warranty, maintenance
and support services have yet to be performed.
b) Credit cards will be accepted for payment of invoices up until the 15th calendar day of the
payment period as set out in the Contract. Payment of invoices made by credit card on or
before this date will not be subject to the Payment and Interest on Overdue Accounts
provisions, as set out in general conditions 2030. Payment of invoices after this date will only
be accepted by Government of Canada cheque, direct deposit, or electronic funds transfer,
and will be subject to the above-mentioned general conditions provisions.
c) Government of Canada Acquisition Card will only be used for Call-ups raised by Identified
Users valued at $100,000.00 (GST/HST included) or less.
2.18 Discounts For Late Deliveries and Reimbursement of Reprocurement Costs
a) If any Products are not delivered by the Delivery Date, and Canada does not terminate the
Call-up for default and instead provides the Contractor with additional time to make delivery,
the Contractor agrees to reduce the price of the Products by:
i) 2% of the value of the Products delivered late, if they are delivered within 1 week of
the Delivery Date;
ii) 5% for late delivery within 2 weeks of the Delivery Date; and
iii) 10% for late delivery more than 2 weeks after the Delivery Date.
b) If any Products are not configured as required by a Call-up, and Canada does not terminate
the Call-up for default and instead provides the Contractor with an opportunity to re-configure
the Products in accordance with the Call-up, the Contractor agrees to reduce the price of the
Products by 5% of the total value of the Products that are NOT in accordance with the
System configuration or the alternative configuration described in the Call-up, in addition to
the liquidated damages payable for late delivery of the Products (i.e., where the reconfigured goods are delivered after the Delivery Date, the price must also be discounted as
described in sub-article (a)).
c) These discounts constitute liquidated damages and, in total, will not exceed 10% of the total
value of the applicable Call-up. The Parties agree that these amounts are their best preestimate of the loss to Canada in the event of the defaults described, and that they are not
intended to be, nor are they to be construed as, a penalty.
d) If this Contract is terminated by Canada for default, the Contractor must reimburse Canada
for any difference in cost between the contract price for the Products and the cost of
procuring the Products from another supplier.
e) To collect the liquidated damages, Canada has the right to hold back, drawback, deduct or
set off from and against any money Canada owes to the Contractor from time to time.
Standing Offer E60EJ-11000C/EJ
Page 28 of 159
f) Nothing in this article limits the rights and remedies to which Canada is otherwise entitled
under this Contract (including the right to terminate the Contract for default), the Standing
Offer, or the law generally.
2.19 Price Protection - Most Favoured Customer:
a) Items (b) to (h) apply to unevaluated options and non-NMSO products only. Items (b) and (h)
do not apply to products offer in response to a Request for Volume Discount (RVD).
b) To the best of the Contractor's knowledge, the prices it is charging to Canada under the
Contract are not higher than the lowest prices/rates that it has charged any other customer
(including other Government of Canada entities) for a similar quality and quantity of goods
and services in the year before the Contract was awarded.
c) The Contractor also agrees that, if after the date of the Contract it reduces the prices it
charges to other customers for a similar quality and quantity of goods and services, it will
reduce the prices for all remaining deliveries under the Contract, if any (with notice to the
Contracting Authority).
d) At any time during the 6 years after making the final payment under the Contract or until all
claims and disputes then outstanding are settled, whichever is later, Canada has the right to
audit the Contractor's records to verify that it is receiving (or has received) these prices.
Canada will give at least 2 weeks’ notice before the audit.
e) During this audit, the Contractor must produce invoices and contracts for similar quality or
quantity of goods or services sold to other customers from one year before the Contract was
awarded until the end of the Contract Period. If the Contractor is required by law or by
contract to keep another customer's information confidential, the Contractor may black out
any information on the invoices or contracts that could reasonably reveal the identity of the
customer (such as the customer's name and address), as long as the Contractor provides,
together with the invoices and contracts, a certification from its Chief Financial Officer
describing the profile of the customer (e.g., whether it is a public sector or private sector
customer and the customer's size and service locations).
f) In determining whether the goods and services sold to another customer were of similar
quality, the terms and conditions of the contract under which those goods and services were
delivered will be considered, if those terms and conditions are reasonably likely to have had
a material effect on pricing.
g) If Canada's audit reveals that the Contractor charged lower prices for a similar quality and
quantity of goods and services under any contract where deliveries were made in the year
before the Contract was awarded, or that the Contractor delivered additional goods or
services under the Contract after reducing its prices for other customers but without reducing
the prices under the Contract, then the Contractor must pay to Canada the difference
between the amount charged to Canada and the amount charged to the other customer, up
to a maximum of 25% of the value of the Contract.
h) Canada acknowledges that this commitment does not extend to prices charged by any
affiliates of the Contractor.
2.20 Invoicing Instructions
a) The Contractor must submit invoices in accordance with the section entitled "Invoice
Submission" of the General Conditions. Invoices cannot be submitted until all work identified
in the invoice is completed.
Standing Offer E60EJ-11000C/EJ
Page 29 of 159
b) The Contractor’s invoice must include a separate line item for each Product delivered.
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 copy of each invoice to the Client identified in the
Call-up for certification and payment. A copy of the invoice must be provided to the Standing
Offer Authority when specified in the Call-up document.
e) Contract must include the following reference numbers on the invoice:
i) IT Pro Number
ii) Contract Number
iii) Client Reference Number
2.21 Applicable Laws
The Contract must be interpreted and governed, and the relations between the parties determined,
by the laws in force in Ontario.
2.22 Priority of Documents
With respect to individual contracts made under the Standing Offer, 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:
a) The separate Call-up document, if it exists (including any appendices);
b) These Articles of Agreement;
c) Annex A, Technical Specifications;
d) Supplementary General Conditions 4001 (2015-04-01), Hardware Purchase, Lease and
Maintenance;
e) General Conditions 2030 (2018-06-18), Higher Complexity – Goods;
f) Standing Offer E60EJ-11000C/XXX/EJ. Although these Articles of Agreement form part of
the Standing Offer, for matters concerning the Standing Offer as a whole (rather than a
specific contract), the priority of documents clause in the Standing Offer applies. For matters
concerning a specific contract, the Priority of Documents clause in the Standing Offer does
not apply; and
g) Security Requirements (if included).
2.23 Federal Contractors Program for Employment Equity
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 Offer" list. The
imposition of such a sanction by ESDC will constitute the Offeror in default as per the terms of the
Standing Offer.
Standing Offer E60EJ-11000C/EJ
Page 30 of 159
2.24 Insurance Requirements
The Contractor is responsible for deciding if insurance coverage is necessary to fulfill its obligation
under the Contract and to ensure compliance with any applicable law. Any insurance acquired or
maintained by the Contractor is at its own expense and for its own benefit and protection. It does
not release the Contractor from or reduce its liability under the Contract.
2.25 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 Standing
Offer 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 Standing Offer that relate to:
A. any infringement of intellectual property rights to the extent the Contractor reaches
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 Offeror'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 0.50 times the total estimated
Standing Offer E60EJ-11000C/EJ
Page 31 of 159
cost (meaning the dollar amount shown on the first page of the Standing Offer 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 $1
Million.
vi) 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 $1 Million, whichever is
more.
vii) 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 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 Offeror'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).
2.26 Hardware
a) With respect to the provisions of Supplemental General Conditions 4001:
Part III of 4001 applies to the
Standing Offer (Additional
Conditions: Purchase)
Yes
Part IV of 4001 applies to the
Standing Offer (Additional
Conditions: Lease)
No
Standing Offer E60EJ-11000C/EJ
Page 32 of 159
Part V of 4001 applies to the
Standing Offer (Additional
Conditions: Maintenance)
Yes
Delivery Location
As indicated in the Call-up issued against the Standing Offer,
which may identify any one or more locations in Canada,
Canada reserves the right to adjust the location of acceptance
for the equipment specified in any Call-up. Acceptance may
take place at the Contractor's plant or at a warehouse facility.
Goods will still remain DDP where the vendor is liable for
delivery to all end locations including all shipping costs. The
Warranty Period begins on the date received by the site
authority at the final destination.
Installation Site (if required by Callup)
As indicated in the Call-up issued against the Standing Offer,
which may identify any one or more locations in Canada, except
locations subject to one or more of the Comprehensive Land
Claims Agreements. If not indicated, the installation site is the
same as the delivery site.
Delivery Date 30 federal government working days after the date specified on
the Call-up.
Contractor must deliver Hardware
Documentation
Yes, one complete set with each Product delivered as
requested.
Contractor must update Hardware
Documentation throughout Contract
Period
Yes
Hardware Documentation must
include maintenance documentation
No
Language of Hardware
Documentation
The Hardware Documentation must be delivered in either
English or French, based on the Identified User’s selection, as
indicated in the Call-up. If the Call-up does not indicate the
Identified User’s choice of language, the Hardware
Documentation must be delivered in English. If available, the
Hardware Documentation must be delivered in bilingual format.
Special Delivery Requirements No unless indicated in the Call-up issued against the Standing
Offer, which may identify any one or more locations in Canada.
Special Site Delivery or Installation
Requirements
No unless indicated in the Call-up issued against the Standing
Offer.
Contractor must Install Hardware at
time of Delivery As per Call-up issued against the Standing Offer.
Standing Offer E60EJ-11000C/EJ
Page 33 of 159
Contractor must Integrate and
Configure Hardware at time of
Installation
As per Call-up issued against the Standing Offer.
Hardware is part of a System Yes, the System includes the Hardware and the Licensed
Software.
Hardware Warranty Period
Despite 4001, the Hardware Warranty Period under Part III is
three (3) years from the date of acceptance, unless a different
Hardware Warranty Period is indicated in the Call-up.
Hardware Maintenance Period The Hardware Maintenance Period is the same as the
Hardware Warranty Period.
Parts Supplied as Part of Hardware
Maintenance Service
Parts used to provide Hardware Maintenance Service may be
refurbished parts, as long as they are certified “equal quality” to
new equipment.
Lease Period N/A
Delivery of Lease Hardware N/A
Class of Maintenance Service
There are four classes of maintenance service:
a) Standard On-Site Maintenance Service, as described in
4001 and modified in these Articles of Agreement;
b) Advanced Replacement Maintenance Service, as
described below; and
c) Return-to-Service-Outlet Maintenance Service, as
described in 4001 and modified in these Articles of
Agreement.
d) Enhanced On-Site Maintenance Service, as described
below;
e) Despite 4001, Section 26(1), if the Call-up does not specify
a class of service, the Contractor must provide:
a. For Thin Clients and Category 7.0N: Return-toService- Outlet Maintenance Service
b. For all other Categories: Standard On-Site
Maintenance Service or Advanced
Replacement Maintenance Service
Principal Period of Maintenance
(PPM)
Despite 4001, the PPM for Standard On-site Maintenance
Service is 8:00 to 17:00 local time where the Product is in use,
Monday through Friday, excluding statutory holidays observed
by the federal government at that location. For Enhanced OnSite Maintenance Service, the PPM is 24 hours a day, 7 days a
week, 365 days a year.
Standing Offer E60EJ-11000C/EJ
Page 34 of 159
Toll-free Telephone Number for
Maintenance Service
SEE LIST OF OFFEROR’S ON THE ONLINE ORDERING
SYSTEM
Website for Maintenance Service SEE LIST OF OFFEROR’S ON THE ONLINE ORDERING
SYSTEM
2.27 Licensed Software
a) The Products must be delivered with any software specified in the Call-up or required for the
Products to function in accordance with the Technical Specifications in the Annex entitled
“Technical Specifications” (the “Licensed Software”). The unit price(s) include all fees and
costs associated with the licenses to the Licensed Software, as well as the software
maintenance and support services described in this Contract, which must be provided
throughout the Hardware Maintenance Period.
b) The Licensed Software must be the current release and, unless otherwise specified, require
no further research or development to meet the Technical Specifications (and any other
functionality described in the Standing Offer or Call-up).
c) The Licensed Software must be supported by, and fully compatible with the Product(s) up to
the limit of the Product’s expansion capability (with no additional licensing fees payable). All
software must be completely integrated with and fully interfaced to the Product.
d) This Contract grants to Canada the perpetual license (i.e., the license to use the Licensed
Software is not a “demo” model and does not expire) to install, copy, deploy and use the
Licensed Software with the Product(s) in accordance with the terms of this Contract (which
does not include any terms or conditions contained in a shrink-wrap or click-wrap license, or
other form of license delivered with the Licensed Software).
e) Canada acknowledges that the Licensed Software is only licensed to Canada, not sold.
f) If the Licensed Software includes any features, functions or characteristics (“Disabling
Codes”) that might cause the Licensed Software to be unusable by Canada without
passwords, authorization codes or similar information, the Contractor must provide to
Canada, in advance and on an ongoing basis (including after the Contract Period) all the
information required by Canada to continue to use the Licensed Software with the Products.
g) The Contractor must deliver the Products together with documentation about the Licensed
Software that contains enough detail to permit the Identified User to access, install, copy,
deploy, test and use all features of the Licensed Software. The documentation regarding the
Licensed Software must be provided in either the same language as the Hardware
Documentation, or must be bilingual (French and English), as specified by Canada.
2.28 Safeguarding Electronic Media
a) Before using them on Canada’s equipment or sending them to Canada, the Contractor must
electronically scan, using a regularly updated product, 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, malware, ransomware or other malicious coding intended to cause
malfunctions.
Standing Offer E60EJ-11000C/EJ
Page 35 of 159
b) If digitally recorded information or documentation is damaged or lost while in the Contractor’s
care or in transit to Canada’s specified delivery site, including accidental erasure, the
Contractor must immediately replace it at its own expense.
2.29 Hardware Maintenance Service
In addition to 4001, Section 25, the following applies to the Hardware Maintenance Service:
a) Manufacturer’s Warranty: If the Contractor wishes to rely on the Manufacturer’s warranty to
provide the Hardware Maintenance Services, the Contractor must complete all warranty
registration requirements with any Manufacturers on behalf of the Identified User. The
Contractor must also notify the Identified User in writing of any requirement to register for
international warranty coverage required if the end user will travel abroad with Products
supplied under this Contract. Regardless of any Manufacturer’s warranty, the responsibility
for providing the Hardware Maintenance Services remains with the Contractor.
b) Magnetic Media: To maintain the confidentiality of information that may be recorded on any
storage media-based product requiring Hardware Maintenance Services, the storage media
in all devices requiring repair or replacement must remain in the possession of Canada.
Faulty storage media will not be returned to the Manufacturer, and Offerors need to factor
that into their cost.
c) Device Retention: Further to article (b) above, should the construction of the device
preclude storage media retention, the device itself will be retained. Subsequent proof of
device failure, to the satisfaction of the Contractor, will be furnished upon request.
d) Hotline Services: With respect to the hotline services required to be provided under
Supplemental General Conditions 4001, Section 25(5)(a), the Contractor must issue a
trouble ticket for all end user problems that cannot be resolved over the telephone.
2.30 Classes of Hardware Maintenance Service
In addition to 4001, Section 26, the following applies to the Classes of Hardware Maintenance
Service. For the default warranty the bidder may choose between warranty (a) Standard On-site
Maintenance Service and warranty (b) Advanced Replacement Maintenance Service defined
below. All bidders must offer a downgraded Return-To-Depot warranty as well:
a) Standard On-site Maintenance Service: During the PPM throughout the Hardware
Maintenance Period, the Contractor must perform on-site maintenance on any Hardware for
which a problem is reported at the location in Canada where the Hardware was in use at the
time the problem occurred, in accordance with the following:
i) The contractor must respond to the service requestor via the requestors’ medium of
choice (email, messaging, telephone, etc.) within 4 hours of the initial contact.
ii) Should a site presence be necessary, the Contractor must arrive on site within the
following timeframes:
A. If the equipment is located within a radius of 100 km from any population
center of at least 100,000 people, a service technician must respond by
telephone within 1 hour of the telephone call for service and a service
technician must arrive at the site within twenty-four (24) hours of the initial call
requesting service;
B. If the equipment is located within a radius of 100 km from any population
center of 30,000 to 99,999 people, a service technician must respond by
Standing Offer E60EJ-11000C/EJ
Page 36 of 159
telephone within 1 hour of the telephone call for service and a service
technician must arrive at the site within forty-eight (48) hours of the initial call
requesting service; and
C. For all other locations within Canada, a service technician must respond by
telephone within 1 hour of the telephone call for service and a service
technician must arrive at the site within seventy-two (72) hours of the initial call
requesting service.
iii) After starting the maintenance, the Contractor must work continuously throughout the
PPM until it returns the Hardware to Fully Functional Operation or until Canada
suspends the work.
iv) The period from the time that Canada notifies the Contractor to suspend the Work until
Canada notifies the Contractor to resume work will not be considered Downtime in the
availability level calculation, if applicable. If the Hardware requires maintenance at a
time when the required response time would result in the Contractor's service
technician arriving at the site outside of the PPM, and Canada does not request
service outside of the PPM at the applicable rate, if available under the Contract, then
the period until the next PPM will not be considered Downtime in any availability level
calculation.
v) Within 15 federal government working days of Canada requesting maintenance, the
Contractor must restore the Hardware to Fully Functional Operation or must deliver a
replacement that is identical to the original device.
vi) If the Contract includes a separate hourly rate for On-Site Maintenance Service
performed outside the PPM, and the user placing the call for Hardware Maintenance
Service specifically requests that the service be performed outside the PPM at an
additional charge, the Contractor must arrive at the site within the timeframes
specified in subsection 3(a) as though the service were being performed within the
PPM. In this case, the Contractor is entitled to include a charge on the next invoice, at
the On-Site Maintenance Service hourly rate for work outside the PPM specified in the
Contract, for the hours worked outside the PPM. The Contractor is entitled to charge
for the actual time worked outside of the PPM or two (2) hours, whichever is more, but
is not entitled to charge for travel time. Where the Contractor performs the Hardware
Maintenance Service outside the PPM, the time outside the PPM until the Hardware is
restored to Fully Functional Operation will be considered Downtime.
vii) The Contractor may also submit a charge on its next invoice, at the On-Site
Maintenance Service hourly rate for work outside the PPM specified in the Contract,
for hours worked outside the PPM where the Contractor arrives at the site during the
PPM and begins the Work, but is unable to complete the Work during the PPM, if
Canada's on-site representative specifically requests that the service technician
remain after the PPM ends to complete the Work at an additional charge. To submit
this charge, the Contractor must obtain the signature of Canada's on-site
representative agreeing to the additional charge. Because the Contractor's service
technician is already at the site, the Contractor must only charge for the actual time
worked outside the PPM, and no minimum charge applies. Where the Contractor
performs the Hardware Maintenance Service outside the PPM, the time outside the
PPM until the Hardware is restored to Fully Functional Operation will be considered
Downtime.
viii) If no On-Site Maintenance Service hourly rate for work outside the PPM is specified in
the Contract, the Contractor is not required to perform the Hardware Maintenance
Standing Offer E60EJ-11000C/EJ
Page 37 of 159
Service outside the PPM and must not submit a charge if it chooses to complete the
Work outside the PPM.
ix) If necessary the Contractor will be responsible for all the shipping costs.
b) Advanced Replacement Maintenance Service: Once a hardware fault has been predetermined, and mutually agreed to using the Contractor’s help desk triage process, an
identical replacement device is shipped directly to the client within 1 business day. The
packaging of the replacement device must include pre-populated RMA and pre-paid shipping
information. The defective device is to be sent back to the Contractor in same packaging as
the replacement unit within 48 hours of receipt of the replacement device. The applicable
service ticket will be closed upon acceptance of the defective device by the Contractor. The
Contractor will be responsible for all the shipping costs.
c) Return-to-Depot Maintenance Service: On the initial call to the Contractor, the Client will
be given appropriate RMA and shipping information. The client will then return the product to
an OEM authorisation repair facility. The repair must be completed within 72 hours of receipt
and the product immediately returned. Should the device be accessed as irreparable an
identical replacement must be returned. The replacement must be identical to the original
device or, if not available, must exceed that of the original and must be acceptable to the
warranty requestor.
d) Enhanced On-Site Maintenance Service: This upgraded class of On-site Hardware
Maintenance Service may be requested in a Call-up or RVD. It carries the same terms and
conditions as On-Site Maintenance Service with the exception to the nature of the response
(physical presence of a technician within 4 hours) and the PPM is 24 hours a day, 7 days a
week, 365 days a year. Further conditions are as follows:
A. Should the client be unable to connect to a trained service technician on the initial
call, a response to that call must be received by a service technician within 1 hour.
Should a site visit be necessary, a service technician must arrive at the client site
within 4 hours of the initial call. A maximum of 4 hours is mandatory where the
System is located within a radius of 100km from any population centre of at least
100,000 people; and
B. Where the System is located within a radius of 100km from any population centre of
30,000 to 99,999 people, a service technician must respond similarly by telephone
within 1 hour of the initial service call and a service technician must arrive on site
within 24 hours of that initial call; and
C. For all other locations within Canada, a service technician must respond by
telephone within 1 hour of the telephone call for service and a service technician
must arrive on site within 48 hours of the initial call.
e) Upgrades, Components and Unevaluated Options: All system-internal upgrades (RAM,
SSD, LTE modem, etc.) ordered at the same time and intended for use with the System will
be covered by the same time period as the System. Mobile device docking stations will carry
the same warranty and warranty duration as the device up to a maximum of three (3) years.
Accessories (such as USB keys, external drives, external keyboards, etc.) will carry the
warranty of the original manufacturer.
f) Battery Warranty: To be applicable to all classes of warranty specified in item 2.30 herein,
the mobile device battery is a minimum of 3 years or 1000 power cycles (whichever occurs
first) or in the event of a premature decrease in rundown time or failure. Indication of the
number of power cycles must come from the OEM written diagnostics or Windows 10 battery
report. A failed battery is defined at holding less than 70% of its original charge.
Standing Offer E60EJ-11000C/EJ
Page 38 of 159
g) Unauthorised Upgrade Mitigation: Should an Offeror or OEM be unwilling to honor the
warranty of a device that contains an unauthorised internal upgrade (performed outside of
their purview), the applicable reseller who performed that upgrade will be responsible for
honouring the terms and conditions of the warranty, specified herein, as it pertains to that
component or upgrade. Should that unsanctioned component or upgrade cause partial or
total device failure, that reseller is responsible for the entire device replacement. The
replacement must be identical to the original device or, if not available, must exceed that of
the original and must be acceptable to the warranty requestor.
2.31 Software Maintenance and Support Services
As part of the Hardware Maintenance Service, the Contractor must also perform the following
software maintenance and support services throughout the Hardware Maintenance Period:
a) provide Canada with the most recent minor revision, maintenance release and patch version
of all of the Licensed Software during the Hardware Maintenance Period, as soon as they
are available;
b) provide both routine and emergency code corrections and fixes;
c) provide telephone assistance with software problem resolution through the hotline;
d) provide assistance in the correction of software errors, and assistance in System tuning and
configuration;
e) provide telephone response within one hour of a request for assistance during the PPM. If
telephone assistance is not satisfactory to the end user and where a Product is rendered
inoperative by a software problem that cannot be remedied by the Contractor within 24 hours
of the request for assistance (or the beginning of the next PPM, if the request for assistance
is made outside of the PPM), the Contractor must provide a solution or circumvention;
2.32 Product Replacement Service
If any Product fails to perform in accordance with the Technical Specifications and functional
descriptions contained or referenced in the Call-up and requires remedial Hardware Maintenance
Service three or more times during the Hardware Maintenance Period, the Contractor must, if
requested by the Identified User, replace the Product at no cost with another item meeting the
specifications of the Product. The replacement Product must be delivered no later than 15 federal
government working days after the request is received. The Contractor must provide Operating
System restoration and hardware-specific configuration on the replacement Product at no charge.
2.33 Warranty Services Information for End Users
The Contractor must provide the following information in electronic format when each System is
delivered, unless otherwise specified by the client:
a) the toll-free number to be used for Hardware Maintenance Service;
b) the Hardware Warranty Period and applicable dates for each System in accordance with the
Call-up;
c) the information that will be required by the call center to provide any Hardware Maintenance
Services; and
Standing Offer E60EJ-11000C/EJ
Page 39 of 159
d) details of the Hardware Maintenance Services being provided under this Contract, including
the definition of the Principal Period of Maintenance, repair times, response times, etc. all in
accordance with the provisions of this Contract.
e) The information in (a) through (d) must be provided to the Identified User with each delivery.
2.34 User-Serviceable Products
The Contractor agrees that the Identified User's technical support staff may perform maintenance
and/or upgrades to the Products and replace user-replaceable or user-serviceable components
without affecting the obligation of the Contractor to provide the Hardware Warranty Services.
2.35 Access to Canada’s Facilities
The Contractor is responsible for timely identification of the need for access to Canada’s facilities,
equipment and personnel, if required (for example, for delivery and installation). Subject to the
approval of the Identified User, arrangements will be made with the Contractor for access. The
Contractor agrees to comply with all standing orders or other regulations in force on the site where
the work is performed, including those relating to the safety of persons on the site or the protection
of property against loss or damage from any and all causes including fire.
2.36 Loss or Damage to Magnetic Records or Documentation
If, in the course of transit from the Contractor’s site to the specified delivery site or while otherwise
in the Contractor’s care, magnetically recorded information and/or documentation becomes
damaged or lost, including accidental erasure, it must be replaced at the Contractor’s expense.
2.37 Procurement Strategy for Aboriginal Business (PSAB)
The Contractor warrants that its certification of compliance is accurate and complete and in
accordance with the "Requirements for the Set-aside Program for Aboriginal Business" detailed in
Annex 9.4 of the Supply Manual.
a) The Contractor must keep proper records and documentation relating to the accuracy of the
certification provided to Canada. The Contractor must obtain the written consent of the
Contracting Authority before disposing of any such records or documentation before the
expiration of six years after final payment under the Contract, or until settlement of all
outstanding claims and disputes, under the Contract, whichever is later. All such records and
documentation must at all times during the retention period be open to audit by the
representatives of Canada, who may make copies and take extracts. The Contractor must
provide all reasonably required facilities for any audits.
b) Nothing in this clause must be interpreted as limiting the rights and remedies which Canada
may otherwise have pursuant to the Contract.
2.38 Condition of Material
Unless provided otherwise in the Contract, material supplied must be new and conform to the latest
issue of the applicable drawing, specifications and part number that is in effect on the offer closing
date or, if there was no offer solicitation, the date of the Contract.
Standing Offer E60EJ-11000C/EJ
Page 40 of 159
2.39 Technical Documentation – User Manual
Each system must include an operator/user manual(s). These manuals must be comprehensive
guides that offer the user instructions for setting up, installing and configuring all components of the
default system offered. The manual(s) must consist of at least the following:
a) The manual(s) for each system must be available in both official languages.
b) User manual: user manual for each system must include an accurate description of all
hardware components and all their respective features. This must include descriptions of,
and installation and configuration instructions, for all components.
c) Diagrams: For the purposes of orientation, and as a complement to the setup and
configuration instructions, the manual must offer internal and external diagrams of the
system as delivered. These diagrams must accurately illustrate the system (front and rear),
rear port configuration, battery removal, memory and card media insertion and removal,
docking station procedures (if applicable).
d) The manual(s) must include documentation for power, power management, environmental or
site preparation requirements.
e) The manual(s) must include diagnostics/troubleshooting section referencing errors
generated through system BIOS and any other hardware errors. This section must also
include appropriate explanations and troubleshooting advice for each error described.
f) The features in articles (a) through (e) must be included in the same document, in the same
format and their respective chapters must be referenced properly in a table of contents and
indexes.
g) Should the system undergo a major configuration change (changes in motherboard, BIOS
make, setup/configuration routines, external cabinet and chassis) during the life of the
Standing Offer, the manuals must reflect that change in the form of a manual reissue or an
addendum shipped with the original manual. The addendum must be the same quality,
typeface and page size as the original manual.
h) The manuals must not describe components that are obsolete and are not included in the
system.
i) The manuals described in this Annex must be available electronically on the respective OEM
web site.
2.40 Certifications - Compliance
Unless specified otherwise, the continuous compliance with the certifications provided by the
Contractor in its offer or precedent to contract award, and the ongoing cooperation in providing
additional information are conditions of the Contract and failure to comply will constitute the
Contractor in default. Compliance with the certifications provided by the Contractor in its offer is a
condition of the Contract and the certifications are subject to verification by Canada during the
entire period of the Contract. If the Contractor does not comply with any certification or it is
determined that any certification made by the Contractor in its offer is untrue, whether made
knowingly or unknowingly, Canada has the right, under the default provision of the Contract, to
terminate the Contract for default.
Standing Offer E60EJ-11000C/EJ
Page 41 of 159
2.41 Hardware Certifications and Approvals
a) All high-voltage electrical equipment associated with the mobile device (e.g. AC power
adapter) and supplied under the Contract must be certified or approved for use in
accordance with the Canadian Electrical Code, Part 1, prior to delivery, by an agency
accredited by the Standards Council of Canada. That equipment must bear the certification
logo that is applicable to the accredited agency. Current accredited agencies include, but are
not exclusively comprised of:
i) Canadian Standards Association (CSA).
ii) Underwriters' Laboratory Inc. (cUL) (cULus).
iii) Underwriters' Laboratories of Canada (ULC).
iv) QPS Evaluation Services (cQPS) (formerly Entela Canada (cEntela).
v) Intertek Testing Services (cETL).
vi) Met Laboratories (cMET).
vii) OMNI Environmental Services Inc (cOTL).
viii) TUV Rhineland of North America (cTUV)
ix) Nemko Canada (cN)
b) The associated equipment must comply with the emission limits and labelling requirements
set out in the Interference Causing Standard ICES-003, "Digital Apparatus", published by
Industry Canada.
c) All devices must be certified by Microsoft’s Windows Hardware Quality Labs as being
Windows 10 Professional compatible. The certification must be between Microsoft and the
OEM / device manufacturer. The device must appear on the list of certified products prior to
offer closing:
https://partner.microsoft.com/en-us/dashboard/hardware/search/cpl
2.42 Value-Added Vendor Support – Support Personnel
a) The Offeror must have, on-staff or through a maximum of two third-party technical support
subcontractor(s), an existing and experienced technical support infrastructure, staffed with
personnel trained on the Offeror's products. This technical support infrastructure must
consist of two hardware technicians based in the National Capital Region (NCR) and a
minimum of fifteen technicians across Canada.
b) The Offeror must have, on-staff or through an authorised subcontractor, at least one
technician based in the NCR with a comprehensive knowledge of client image creation. If
requested, this technician must assist with the client image creation and verification prior to
duplication. This image creation process may occur entirely on the client premises.
c) The Offeror must have an established hardware-training program for federal government
employees specific to the device and ancillary equipment. The course curriculum must
include device hardware (which includes the model or model family being supplied),
Standing Offer E60EJ-11000C/EJ
Page 42 of 159
management software, security, diagnostics and other service and utilities as available from
the default device manufacturer. This course must be available in both English and French.
2.43 Value-Added Vendor Support – Telephone Support
a) The Offeror must provide end-user accessible telephone hardware technical support for all
supplied devices, involving hardware troubleshooting, configuration support and any
systemic software/hardware interoperability issues and/or connectivity issues.
b) The telephone support staff must support:
i) All components of the device supplied;
ii) Windows 7 and 10 Professional Operating System as it relates to the Offeror’s device;
iii) Peripherals, if supplied by the Offeror as it relates to the Offeror’s device; and
iv) Connectivity issues relating to all terrestrial and wireless communications device
supplied.
c) The telephone support line must:
i) Be a toll free service;
ii) Employ a minimum staff of five device engineers concurrently during regular business
hours (8:00 a.m. to 6:00 p.m. in all Canadian time zones), from Monday through
Friday excluding Federal Government holidays;
iii) Offer this support service in both official languages (French and English) based on the
caller's choice;
iv) Be accessible from all parts of Canada, United States and from international locations
where service is available;
v) Use a serial number or service number tracking system that identifies all components,
respective versions and respective driver versions of the installed device undergoing
the troubleshooting;
vi) Use an electronically shared, nation-wide knowledge database to be used by support
staff for all troubleshooting expertise, product idiosyncrasies and configuration
parameters and all warranty entitlements for each specific component supplied;
vii) Provide a minimum 90% first call connection rate to a trained and qualified support
technician. If a message centre expedites the call a trained and qualified technician
must respond, in the language of the caller's choosing, within one hour. During the call
the technician must engage in a problem diagnosis process with the customer prior to
a service call being placed;
viii) Not exceed an on-hold time of more than five minutes on initial call;
ix) Be at no additional cost (i.e. included in the cost of the device). The cost of the service
must be included the cost of the device; and
x) Be available for the life of the purchased hardware warranty.
Standing Offer E60EJ-11000C/EJ
Page 43 of 159
2.44 Remote User-Assisted Diagnostics – All Categories with the exception of
7.0N
a) The OEM must make available a diagnostic utility which has the ability to assist clients with
diagnosing out-of-tolerance conditions. The error states can then be communicated to and
interpreted by the respective OEM telephone support personnel.
b) The diagnostic utility must isolate component-level status conditions and error states.
c) The diagnostic utility must be authored and exclusively available from the respective OEM
and must be publicly available from the OEM web site.
2.45 Web Site Support
The Offeror must provide an Internet site offering:
a) Support file areas offering download/upload access for drivers, setup and configuration files
and other pertinent software. These files, drivers and documents must be clearly identified
as pertaining to the specific make and model of the device;
b) Message areas for technical assistance and problem diagnosis with system engineers; and
c) Technical information library for downloading product information files, pertinent white
papers, default device user service manuals (French and English);
d) FAQ (frequently asked questions) areas specific to the device delivered;
e) Bulletins pertaining to product announcements, product recalls, component recalls bug fixes,
etc;
f) Customized notification subscription services to alert clients of device driver revisions,
BIOS/firmware that pertain to the exact model family, product recalls, component recalls;
g) The web site support features must be contained on the default device original equipment
manufacturers web site. Links to other manufacturer’s web sites cannot be used to achieve
the mandatory requirements stated in this article;
h) The web site support features must be available in French and English including the final
destination page. Exceptions for unilingual content are allowed for technical descriptions,
support forums, part number references and technical documentation;
i) If the Offeror refers specifically to this NMSO on its web site, the information presented must
be accurate in that only equipment and related prices listed on the Online Ordering System
may be represented as being available on its NMSO.
2.46 ISV Certifications
For Categories 8.0N, 10.0N, 5.0D and 6.0D, the device must have ISV (Independent Software
Vendor) certifications for a minimum of 8 distinct applications. A minimum of 5 ISVs must be
included in those certifications and must include any of the following: Adobe, ANSYS, Autodesk,
Avid, Bentley, Dassault Systemes, ESRI, Schlumberger, Siemens, ffA – GeoTeric, Landmark, PTC,
MSC Software. Where applicable ISV certifications must be applicable to the device and not just
the video controllers.
Standing Offer E60EJ-11000C/EJ
Page 44 of 159
2.47 Deployment Services – All Categories with the exception of 7.0N
a) The following pre-delivery and deployment services must be available to the client, when
requested, during a RVD solicitation. These services are applicable to Windows 10 and
Windows 7 (for Desktop Category 2.1 only) deployments. As the demand for Windows 7 is
expected to diminish throughout 2020 it is expected the availability of these service will
diminish accordingly. The NMSO holder must inform the NMSO contract authority of their
ability to deliver Windows 7 deployment services at that time. The minimum quantity eligible
for the services described in articles (a) through (e) below is 100 devices.
b) Collaborative Image Creation and Duplication
i) Offerors must offer a client imaging creation, duplication and automated image
deployment service if requested. Depending on client preference that image can be a
common baseline or may involve the inclusion of, but limited to; department owned
COTS (common-off-the-shelf) applications, department specific applications,
department specific customization, security setup, up-to-date patching and theft
recovery info. All images that result from the collaborative image creation and
duplication process must be encrypted and secured.
ii) When consulting with the client the contractor’s image creation workflow process must
offer all of the following process if called upon by the client:
A. Requirements definition (e.g. “white boarding”)
B. Statement of Work agreed upon by department
C. Design/Develop
D. Validation
E. Test Plan and execution
F. Duplication
G. Gold Image certification only after Departmental test phase has been signed off as
successful by department
H. The Gold Image checksum must be provided to the client as a means to verify it
for security and integrity
iii) The Offeror must have the at least two following related professional certifications inhouse (one of which must be PMP) and have the related knowledge base available to
the client’s imaging process when called upon:
A. MCP, MCSE, or other related Microsoft certifications
B. Enterprise Systems (Active Directory)
C. Any TCP, IP certifications
D. ITIL (Information Technology Infrastructure Library)
E. Agile Software Development
F. Quality certification such as, but not exclusive of, LSS (Lean Six Sigma)
Standing Offer E60EJ-11000C/EJ
Page 45 of 159
G. Comp TIA (Computing Technology Industry Association) A+ certification
H. PMP (Project Management Professional)
c) Baseline Image Duplication
i) Offerors must offer a basic client imaging validation and automated duplication service
if requested during an RVD. Depending on client preference that image can be a
common baseline or may involve the inclusion of, but limited to, department owned
COTS applications, department specific applications, department specific
customization, security setup and up-to-date patching and theft recovery info;
ii) This service is not expected to have the image verified or validated by the Offeror,
prior testing by the department and certification expected to be done during bench test
phase prior to release of image to contractor.
iii) The Offeror must have a quality assurance process that the image once deployed will
boot through to the O/S main screen. A first unit test must be provided to the client
demonstrating successful image duplication.
A. During this phase it is not the responsibility of the Offeror to fix the image, rather it
is the responsibility to inform the client that the first unit test failed so that the client
may address and resolve the image issue.
B. Additional fees would apply to the client if at that time they choose to have the
Offeror resolve the issue for them, and timelines for delivery would be extended to
a mutually agreed upon time.
d) Imaging Facility Security Requirements
i) The imaging facility used to perform the imaging services specified in Item 4.0,
paragraphs (a) and (b) herein must:
A. Be ISO 9001-2008 certified
B. The facility must be secured in that it must have, as a minimum, a challenge point
for access, i.e.: badge swipe access, NFC badge access or biometric access
C. The specific location where image engineering takes place must have additional
security in that only those permitted access to the room have the ability to enter
the room through electronic security measures, i.e. badge swipe access, NFC
badge access or biometric access.
D. The image must be stored on a secure image server where each image is
encrypted and separate from other client images.
E. Images are to be pushed from the secure image server directly to the devices
being imaged.
F. Images are not be placed on a SUB key or other external media without written
consent by the client. Any images stored on external media must be encrypted.
G. Older images are to be deleted upon written request by the client.
H. The image must be encrypted during any storage or transmission phase.
Standing Offer E60EJ-11000C/EJ
Page 46 of 159
I. The image facility, image lab and image process (end to end) must be auditable
by the Canadian Federal Government upon request.
e) System Centre Configuration Manager Device Driver Packing
i) The device manufacturer must have available updated, consolidated device driver
packs applicable to the device specified herein for use with Microsoft System Centre
Configuration Manager (SCCM) vers. 2008 or later, for the user-specified version of
Windows. These drivers must be available on the OEM web site in a catalogue format
which allows the user to customise and consolidate according to device family and
specific configuration.
ii) These driver packs must facilitate WinPE assisted deployments in that they must
slipstream the appropriate drivers during initial boot without user intervention,
(commonly referred to as “silent installation”) which subsequently allows for operating
device install.
iii) Any drivers, or SCCM driver packs (catalogues) must have the checksum listed on the
OEM support site as a means verify it for security and integrity.
f) Asset Tagging Creation
i) The Offeror must offer an asset tagging creation service which includes client
specified data to be affixed to the offer device and/or monitor prior to shipping. This
label must be placed on the device in a location on the device as specified by the
department.
ii) Once affixed the label must not interfere with the normal operation of the device in that
it must not obstruct device cavities, vents, fasteners, connectors or hinges. The client
reserves the right to determined positioning of the label.
g) Just-in-Time Delivery
i) All Offerors must offer a just-in-time shipping option upon client request. This involves
pre-determined, staggered deliveries that will synchronize with the clients’ rate of
deployment and mitigate 3rd party warehousing costs. As each client departments’
rate of deployment varies the number of shipments and timelines will be described in
the applicable RVD solicitation.
ii) Client defined variables will include; shipping frequency, shipping quantities, shipping
locations, shipping priorities.
iii) The client reserves the right to change frequency, quantities and priorities aft contract
award.
h) Bulk Packaging
i) When requested, the Contractor must ship all devices using bulk packaging.
2.48 On-going Supply Chain Integrity Process
a) Supply Chain Integrity Process: The Parties acknowledge that a Supply Chain Integrity
Process assessment was a key component of the procurement process that resulted in the
award of this Contract. In connection with that assessment process, Canada assessed the
Contractor’s Supply Chain Security Information (SCSI) without identifying any security
concerns. The following SCSI was submitted:
Standing Offer E60EJ-11000C/EJ
Page 47 of 159
i) Product list; and
ii) a list of subcontractors.
This SCSI is included as Form 8. The Parties also acknowledge that security is a critical
consideration for Canada with respect to this Contract and that on-going assessment of
SCSI will be required throughout the Contract Period. This Article governs that process.
b) Assessment of New SCSI: During the Contract Period, the Contractor may need to modify
the SCSI information contained in Form 8. In that regard:
i) The Contractor, starting at contract award, must revise its SCSI at least once a year to
show all changes made, as well as all deletions and additions to the SCSI that affect
the services under the Contract (including Products deployed by its subcontractors)
during that period; the list must be marked to show the changes made during the
applicable period. If no changes have been made during the reporting year, the
Contractor must advise the Contracting Authority in writing that the existing list is
unchanged.
ii) The Contractor agrees that, during the Contract Period, it will periodically (at least
once a year) provide the Contracting Authority with updates regarding upcoming new
Products that it anticipates deploying in the Work (for example, as it develops its
“technology roadmap” or similar plans). This will allow Canada to assess those
Products in advance so that any security concerns can be identified prior to the
Products being deployed in connection with the services being delivered under the
Contract. Canada will endeavour to assess proposed new Products within 30 calendar
days, although lengthier lists of Products may take additional time.
iii) Canada reserves the right to conduct a complete, independent security assessment of
all new SCSI. The Contractor must, if requested by the Contracting Authority, provide
any information that Canada requires to perform its assessment.
iv) Canada may use any government resources or consultants to conduct the
assessment and may contact third parties to obtain further information. Canada may
use any information, whether it is provided by the Contractor or comes from another
source, that Canada considers advisable to conduct a comprehensive assessment of
any proposed new SCSI.
c) Identification of New Security Vulnerabilities in SCSI already assessed by Canada:
i) The Contractor must provide to Canada timely information about any vulnerabilities of
which it becomes aware in performing the Work, including any weakness, or design
deficiency, identified in any Product used to deliver services that would allow an
unauthorized individual to compromise the integrity, confidentiality, access controls,
availability, consistency or audit mechanism of the system or the data and applications
it hosts.
ii) The Contractor acknowledges that the nature of information technology is such that
new vulnerabilities, including security vulnerabilities, are constantly being identified
and, that being the case, new security vulnerabilities may be identified in SCSI that
have already been the subject of an SCSI assessment and assessed without security
concerns by Canada, either during the procurement process or later during the
Contract Period.
Standing Offer E60EJ-11000C/EJ
Page 48 of 159
d) Addressing Security Concerns:
i) If Canada notifies the Contractor of security concerns regarding a Product that has not
yet been deployed, the Contractor agrees not to deploy it in connection with this
Contract without the consent of the Contracting Authority.
ii) At any time during the Contract Period, if Canada notifies the Contractor that, in
Canada’s opinion, there is a Product that is being used in the Contractor’s solution
(including use by a subcontractor) that has been assessed as having the potential to
compromise or be used to compromise the security of Canada’s equipment, firmware,
software, systems or information, then the Contractor must:
(A) provide Canada with any further information requested by the Contracting
Authority so that Canada may perform a complete assessment;
(B) if requested by the Contracting Authority, propose a mitigation plan (including a
schedule), within 10 business days, such as migration to an alternative Product.
The Contracting Authority will notify the Contractor in writing if Canada
approves the mitigation plan, or will otherwise provide comments about
concerns or deficiencies with the mitigation plan; and
(C) implement the mitigation plan approved by Canada.
(D) This process applies both to new Products and to Products that were already
assessed pursuant to the Supply Chain Integrity Process assessment by
Canada, but for which new security vulnerabilities have since been identified.
iii) Despite the previous Sub-article, if Canada determines in its discretion that the
identified security concern represents a threat to national security that is both serious
and imminent, the Contracting Authority may require that the Contractor immediately
cease deploying the identified Product(s) in the Work. For Products that have already
been deployed, the Contractor must identify and/or remove (as required by the
Contracting Authority) the Product(s) from the Work according to a schedule
determined by Canada. However, prior to making a final determination in this regard,
Canada will provide the Contractor with the opportunity to make representations within
48 hours of receiving notice from the Contracting Authority. The Contractor may
propose, for example, mitigation measures for Canada’s consideration. Canada will
then make a final determination.
e) Cost Implications:
i) Any cost implications related to a demand by Canada to cease deploying or to remove
a particular Product or Products will be considered and negotiated in good faith by the
Parties on a case-by-case basis and may be the subject of a Contract Amendment,
However, despite any such negotiations, the Contractor must cease deploying and/or
remove the Product(s) as required by Canada. The negotiations will then continue
separately. The Parties agree that, at a minimum, the following factors will be
considered in their negotiations, as applicable:
(A) with respect to Products already assessed without security concerns by Canada
pursuant to an SCSI assessment, evidence from the Contractor of how long it
has owned the Product;
(B) with respect to new Products, whether or not the Contractor was reasonably
able to provide advance notice to Canada regarding the use of the new Product
in connection with the Work;
Standing Offer E60EJ-11000C/EJ
Page 49 of 159
(C) evidence from the Contractor of how much it paid for the Product, together with
any amount that the Contractor has pre-paid or committed to pay with respect to
maintenance and support of that Product;
(D) the normal useful life of the Product;
(E) any “end of life” or other announcements from the manufacturer of the Product
indicating that the Product is or will no longer be supported;
(F) the normal useful life of the proposed replacement Product;
(G) the time remaining in the Contract Period;
(H) whether or not the existing Product or the replacement Product is or will be
used exclusively for Canada or whether the Product is also used to provide
services to other customers of the Contractor or its subcontractors;
(I) whether or not the Product being replaced can be redeployed to other
customers;
(J) any training required for Contractor personnel with respect to the installation,
configuration and maintenance of the replacement Products, provided the
Contractor can demonstrate that its personnel would not otherwise require that
training;
(K) any developments costs required for the Contractor to integrate the
replacement Products into the Service Portal, operations, administration and
management systems, if the replacement Products are Products not otherwise
deployed anywhere in connection with the Work; and
(L) the impact of the change on Canada, including the number and type of
resources required and the time involved in the migration.
ii) Additionally, if requested by the Contracting Authority, the Contractor must submit a
detailed cost breakdown, once any work to address a security concern identified under
this Article has been completed. The cost breakdown must contain an itemized list of
all applicable cost elements related to the work required by the Contracting Authority
and must be signed and certified as accurate by the Contractor’s most senior financial
officer, unless stated otherwise in writing by the Contracting Authority. Canada must
consider the supporting information to be sufficiently detailed for each cost element to
allow for a complete audit. In no case will any reimbursement of any expenses of the
Contractor (or any of its subcontractors) exceed the demonstrated out-of-pocket
expenses directly attributable to Canada’s requirement to cease deploying or to
remove a particular Product or Products.
iii) Despite the other provisions of this Article, if the Contractor or any of its
subcontractors deploys new Products that Canada has already indicated to the
Contractor are the subject of security concerns in the context of the Work, Canada
may require that the Contractor or any of its subcontractors immediately cease
deploying or remove that Product. In such cases, any costs associated with complying
with Canada’s requirement will be borne by the Contractor and/or subcontractor, as
negotiated between them. Canada will not be responsible for any such costs.
f) General:
i) The process described in this Article may apply to a single Product, to a set of
Products, or to all Products manufactured or distributed by a particular supplier.
Standing Offer E60EJ-11000C/EJ
Page 50 of 159
ii) The process described in this Article also applies to subcontractors. With respect to
cost implications, Canada acknowledges that the cost considerations with respect to
concerns about subcontractors (as opposed to Products) may be different and may
include factors such as the availability of other subcontractors to complete the work.
iii) Any service levels that are not met due to a transition to a new Product or
subcontractor required by Canada pursuant to this Article will not trigger a Service
Credit, nor will a failure in this regard be taken into consideration for overall metric
calculations, provided that the Contractor implements the necessary changes in
accordance with the migration plan approved by Canada or proceeds immediately to
implement Canada’s requirements if Canada has determined that the threat to
national security is both serious and imminent.
iv) If the Contractor becomes aware that any subcontractor is deploying Products subject
to security concerns in relation to the Work, the Contractor must immediately notify
both the Contracting Authority and the Technical Authority and the Contractor must
enforce the terms of its contract with its subcontractor. The Contractor acknowledges
its obligations pursuant to General Conditions 2030, Subsection 9(3).
v) Any determination made by Canada will constitute a decision with respect to a specific
Product or subcontractor and its proposed use under this Contract, and does not
mean that the same Product or subcontractor would necessarily be assessed in the
same way if proposed to be used for another purpose or in another context.
2.49 Change of Control
a) At any time during the Contract Period, if requested by the Contracting Authority, the
Contractor must provide to Canada:
i) an organization chart for the Contractor showing all related corporations and
partnerships; for the purposes of this Sub-article, a corporation or partnership will be
considered related to another entity if:
(A) they are “related persons” or “affiliated persons” according to the Canada
Income Tax Act;
(B) the entities have now or in the two years before the request for the information
had a fiduciary relationship with one another (either as a result of an agency
arrangement or any other form of fiduciary relationship); or
(C) 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.
ii) a list of all the Contractor’s shareholders; if the Contractor is a subsidiary, this
information must be provided for each parent corporation or parent partnership, up to
the ultimate owner; with respect to any publicly traded corporation, Canada anticipates
that the circumstances in which it would require a complete list of shareholders would
be unusual and that any request from Canada for a list of a publicly traded
corporation’s shareholders would normally be limited to a list of those shareholders
who hold at least 1% of the voting shares;
iii) a list of all the Contractor’s directors and officers, together with each individual’s home
address, date of birth, birthplace and citizenship(s); if the Contractor is a subsidiary,
this information must be provided for each parent corporation or parent partnership, up
to the ultimate owner; and any other information related to ownership and control that
may be requested by Canada.
Standing Offer E60EJ-11000C/EJ
Page 51 of 159
b) If requested by the Contracting Authority, the Contractor must provide this information
regarding its subcontractors as well. However, if a subcontractor considers this information to
be confidential, the Contractor may meet its obligation by having the subcontractor submit
the information directly to the Contracting Authority. Regardless of whether the information is
submitted by the Contractor or a subcontractor, Canada agrees to handle this information in
accordance with Subsection 23(3) of General Conditions 2030 (General Conditions – Higher
Complexity – Goods), provided the information has been marked as either confidential or
proprietary.
c) The Contractor must notify the Contracting Authority in writing of:
i) any change of control in the Contractor itself;
ii) any change of control in any parent corporation or parent partnership of the
Contractor, up to the ultimate owner; and
iii) any change of control in any subcontractor performing any part of the Work (including
any change of control in any parent corporation or parent partnership of the
subcontractor, up to the ultimate owner).
The Contractor must provide this notice by no later than 10 FGWDs after any change of
control takes place (or, in the case of a subcontractor, within 15 FGWDs after any change of
control takes place). Where possible, Canada requests that the Contractor provide advance
notice of any proposed change of control transaction.
d) In this Article, a “change of control” includes but is not limited to a direct or indirect change in
the effective control of the corporation or partnership, whether resulting from a sale,
encumbrance, or other disposition of the shares (or any form of partnership units) by any
other means. In the case of a joint venture Contractor or subcontractor, this applies to a
change of control of any of the joint venture’s corporate or partnership members. In the case
of a Contractor or subcontractor that is a partnership or limited partnership, this requirement
also applies to any corporation or limited partnership that is a partner.
e) If Canada determines in its sole discretion that a change of control affecting the Contractor
(either in the Contractor itself or any of its parents, up to the ultimate owner) may be injurious
to national security, Canada may terminate the Contract on a “no-fault” basis by providing
notice to the Contractor within 90 days of receiving the notice from the Contractor regarding
the change of control. Canada will not be required to provide its reasons for terminating the
Contract in relation to the change of control, if Canada determines in its discretion that the
disclosure of those reasons could itself be injurious to national security.
f) If Canada determines in its sole discretion that a change of control affecting a subcontractor
(either in the subcontractor itself or any of its parents, up to the ultimate owner) may be
injurious to national security, Canada will notify the Contractor in writing of its determination.
Canada will not be required to provide the reasons for its determination, if Canada
determines in its discretion that the disclosure of those reasons could itself be injurious to
national security. The Contractor must, within 90 days of receiving Canada’s determination,
arrange for another subcontractor, acceptable to Canada, to perform the portion of the Work
being performed by the existing subcontractor (or the Contractor must perform this portion of
the Work itself). If the Contractor fails to do so within this time period, Canada will be entitled
to terminate the Contract on a “no-fault” basis by providing notice to the Contractor within
180 days of receiving the original notice from the Contractor regarding the change of control.
Standing Offer E60EJ-11000C/EJ
Page 52 of 159
g) In this Article, termination on a “no-fault” basis means that neither party will be liable to the
other in connection with the change of control or the resulting termination, and Canada will
only be responsible for paying for those services received up to the effective date of the
termination.
h) Despite the foregoing, Canada’s right to terminate on a “no-fault” basis will not apply to
circumstances in which there is an internal reorganization that does not affect the ownership
of the ultimate parent corporation or parent partnership of the Contractor or subcontractor, as
the case may be; that is, Canada does not have a right to terminate the Contract pursuant to
this Article where the Contractor or subcontractor continues, at all times, to be controlled,
directly or indirectly, by the same ultimate owner. However, in any such case, the notice
requirements of this Article still apply.
2.50 Subcontracting
a) Despite the General Conditions, none of the Work may be subcontracted (even to an affiliate
of the Contractor) unless the Contracting Authority has first consented in writing. In order to
seek the Contracting Authority's consent, the Contractor must provide the following
information:
i) the name of the subcontractor;
ii) the portion of the Work to be performed by the subcontractor;
iii) any other information required by the Contracting Authority; and
If Security Requirements were included in the Call-up form, the Contractor may also be
required to provide:
iv) the Designated Organization Screening or the Facility Security Clearance (FSC) level
of the subcontractor;
v) the date of birth, the full name and the security clearance status of individuals
employed by the subcontractor who will require access to Canada’s facilities;
vi) completed sub-SRCL signed by the Contractor's Company Security Officer for CISD
completion.
b) For the purposes of this Article, a “subcontractor” does not include a supplier who deals with
the Contractor at arm's length whose only role is to provide telecommunications or other
equipment or software that will be used by the Contractor to provide services, including if the
equipment will be installed in the backbone or infrastructure of the Contractor.
Standing Offer E60EJ-11000C/EJ
Page 53 of 159
ANNEX A: TECHNICAL SPECIFICATIONS – MOBILE DEVICES
1. Introduction
This document addresses the requirements which apply to the following categories:
1.0N - Thin and Light Notebook - Windows 10 Pro
2.0N - Ultra Thin and Light Notebook - Windows 10 Pro
3.0N - 15 Inch Notebook - Windows 10 Pro
4.0N - Detachable 2-in-1 Device - Windows 10 Pro
5.0N - Advanced Detachable 2-in-1 Device - Windows 10 Pro
6.0N - Convertible 2-in-1 Notebook - Windows 10 Pro
7.0N - Slate Tablet - Windows 10 Pro, Android Knox, Apple iOS 11
8.0N - 15 Inch Mobile Engineering Workstation - Windows 10 Pro
9.0N - 15 Inch Thin and Light Mobile Workstation – Windows 10 Pro
10.0N - 17 inch Mobile Engineering Workstation - Windows 10 Pro
11.0N - Ruggedized Notebook - Windows 10 Pro
12.0N - Ruggedized Detachable 2-in-1 Device - Windows 10 Pro
13.0N - 10 Inch Ruggedized Slate Tablet - Windows 10 Pro
14.0N – Semi-Ruggedized Notebook – Windows 10 Pro
2. Configurations
The mobile devices must meet or exceed the technical specifications outlined in this Annex.
2.1 Category 1.0N – Thin and Light Notebook
a) Processor and Chip Set
i) Intel Core i5- 8350U or AMD Ryzen 5 Pro 3500U
ii) Intel SoC chip set or AMD Picasso Zen + platform standard
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
iv) All AMD processors and chipsets must include AMD-v virtualisation and DMTF-DASH
v) All Intel processors must include UHD 620 or Radeon 540X graphics
vi) All AMD processors must include Radeon Vega 8 Graphics
vii) Devices must be available with CPU upgrades to either the Intel Core i7-8650U or
AMD Ryzen 7 Pro 3700U.
Standing Offer E60EJ-11000C/EJ
Page 54 of 159
b) RAM
i) 16.0 GB of DDR4 2400 MHz. or LPDDR3.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be PCIe connected and use NVMe protocol.
d) Display
i) The display must have a resolution of 1920x1080 (FHD). This resolution must be nonvirtual.
ii) The display must produce an active display of a minimum of 13.3 inches to a
maximum of 14.0 inches (measured diagonally) at its native resolution.
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology with LED back lighting.
iv) The display must be a 10 point capacitive touch screen.
e) Form Factor
i) The device design must be the traditional clamshell.
f) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
g) Communications
i) The system must include an embedded, integrated dual-band wireless 802.11 a/g/n/ac
adapter with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing web camera.
iv) The system must have an integrated, user-facing, noise-reducing, dual array
microphones.
h) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 Gen 2 protocol and a minimum PD2 level
Power Delivery
ii) Two full sized USB-A or Type C ports using USB 3.1 protocol
iii) One full sized digital video port
Standing Offer E60EJ-11000C/EJ
Page 55 of 159
iv) Internal audio line in/microphone port/audio line out combination port.
v) FIPS 201 compliant contacted Smart Card reader.
i) Battery and Power Management
i) The device must have an internal Lithium Ion battery
ii) The device must come with an OEM supplied and approved AC adapter
j) Keyboard
i) The QWERTY keyboard must be available in both English layout and bilingual layout
(Microsoft CF) with control keys in both languages.
k) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
l) Weight and Dimensions
i) Total travelling weight, which does not include the AC adapter must not exceed 3.8
lbs.
2.2 Category 2.0N – Ultra Thin and Light Notebook
a) Processor and Chip Set
i) Intel Core i5-8350U or AMD Ryzen 5 Pro 3500U
ii) Intel SoC chip set or AMD Picasso Zen + platform standard
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
iv) All AMD processors and chipsets must include AMD-v virtualisation and DMTF-DASH
v) All Intel processors must include SoC UHD 620 graphics
vi) All AMD processors must include SoC Radeon Vega 8 Graphics or Radeon 540X
graphics
vii) Devices must be available with CPU upgrades to either the Intel Core i7-8650U or
AMD Ryzen 7 Pro 3700U.
b) RAM
i) 16.0 GB of DDR4 2400 MHz. or LPDDR3-2133
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be PCIe connected and use NVMe protocol.
Standing Offer E60EJ-11000C/EJ
Page 56 of 159
d) Display
i) The display must have a resolution of 1920x1080 (FHD). This resolution must be nonvirtual.
ii) The display must produce an active display of a minimum of 13.3 inches to a
maximum of 14.0 inches (measured diagonally) at its native resolution
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology with LED back lighting.
iv) The display must be a 10 point capacitive touchscreen.
v) The device must be available with a display upgrade to a minimum 2560x1440
resolution
e) Form Factor
i) The device design may be either a traditional clamshell design or a convertible design.
If convertible, it must have a 360o hinge that horizontally rotates from the closed
position to a flat, inversed (tablet) position or a detachable display which can be
inversed (facing away from the keyboard). There must be sufficient resistance
throughout the designed rotation to afford fixed positions.
f) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
g) Communications
i) The system must include an embedded, integrated dual-band wireless 802.11 a/g/n/ac
adapter with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth Combo 4.1 controller.
iii) The system must have a user-facing web camera
iv) The system must have an integrated, user-facing, noise-reducing dual array
microphone.
h) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 Gen 2 protocol and a minimum PD2 level
Power Delivery or a proprietary port which offers both data and power for a single
cable connection to a docking station branded by the same OEM.
ii) One full sized USB-A or additional USB-C ports using USB 3.1 protocol
iii) One full sized or mini digital video port
iv) Internal audio line in/microphone port/audio line out combination port.
i) Battery and Power Management
i) The device must have an internal Lithium Ion battery
Standing Offer E60EJ-11000C/EJ
Page 57 of 159
ii) The device must come with an OEM supplied and approved AC adapter
j) Keyboard
i) The QWERTY keyboard must be available in both English layout and bilingual layout
(Microsoft CF)
k) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
l) Weight and Dimensions
i) Total travelling weight, which does not include the AC adapter must not exceed 3.25
lbs. if clamshell. If 360o hinged or detachable display the weight must not exceed 3.4
lbs.
2.3 Category 3.0N – 15 Inch Notebook
a) Processor
i) Intel Core i5- 8365U or AMD Ryzen 5 Pro 3500U
ii) Intel SoC chip set or AMD Picasso Zen + platform standard
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation
iv) All AMD processors and chipsets must include AMD-v virtualisation and DMTF-DASH
v) All Intel processors must include SoC UHD 620 graphics or Radeon 540X graphics
vi) All AMD processors must include SoC Radeon Vega 8 Graphics
vii) Devices must be available with CPU upgrades to either the Intel Core i7-8665U or
AMD Ryzen 7 Pro 3700U.
b) RAM
i) 16.0 GB of DDR4 2400 MHz. or LPDDR3-2133 and must be available in a 32.0 GB.
configuration
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be PCIe connected and use NVMe protocol.
d) Display
i) The display must have a resolution of 1920x1080. This resolution must be non-virtual.
ii) The display must produce an active display minimum of 15.6 inches at its native
resolution or 15 inches if the display is based on a 3:2 aspect ratio.
Standing Offer E60EJ-11000C/EJ
Page 58 of 159
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology with LED back lighting.
iv) The display must be a 10 point capacitive touch screen.
v) The system must offer an optional, discrete video controller.
e) Form Factor
i) The device design must be the traditional clamshell or 360o hinged convertible.
f) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
g) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing web camera and world facing web camera if
convertible design.
iv) The system must have an integrated, user-facing, noise-reducing, dual array
microphone.
h) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 protocol and a minimum PD2 level Power
Delivery
ii) Two additional USB-C or USB-A ports using USB 3.1 protocol
iii) One digital video port
iv) Internal audio line in/microphone port/audio line out combination port
i) Battery and Power Management
i) The device must have an internal Lithium Ion battery.
ii) The device must come with an OEM supplied and approved AC adapter.
j) Keyboard
i) The QWERTY keyboard must be available in both English layout and a bilingual
layout (Microsoft CF) with control keys in both languages.
ii) The native keyboard must have a separate numeric keypad.
Standing Offer E60EJ-11000C/EJ
Page 59 of 159
k) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
l) Weight and Dimensions
i) Total travelling weight, which does not include the AC adapter must not exceed 5.4
lbs. (non-touch).
2.4 Category 4.0N – 12 Inch Detachable 2-in-1 Mobile Device
a) Processor
i) Intel Core i5- 8350U or AMD Ryzen 5 Pro 3500U
ii) Intel SoC chip set or AMD Picasso Zen + platform standard
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
iv) All AMD processors and chipsets must include AMD-v virtualisation and DMTF-DASH.
v) All Intel processors must include SoC UHD 620 graphics or Radeon 540X graphics.
vi) All AMD processors must include SoC Radeon Vega 8 Graphics.
vii) Devices must be available with CPU upgrades to either the Intel Core i7-8650U or
AMD Ryzen 7 Pro 3700U.
b) RAM
i) 16.0 GB of DDR4 2400 MHz. or LPDDR3-2133
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be a PCIe NVMe class device.
d) Display
i) The display must have a resolution of 1920x1080. This resolution must be non-virtual.
ii) The display must produce a minimum active display of 12 inches to a maximum of
13.3 inches (measured diagonally) at its native resolution.
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology with LED back lighting.
iv) The display must be a capacitive, 10 point, multi-touch enabled.
Standing Offer E60EJ-11000C/EJ
Page 60 of 159
e) Form Factor
i) The device design must involve a user-detachable keyboard. Both components
(display and keyboard) must be specifically designed to be an integral device when
attached. Both components must be manufactured and branded by the same OEM.
When the display is dis-connected from the keyboard it must rest at various angles
facing the user (e.g. +/- 45 degrees).
f) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
g) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing and world facing web cameras.
iv) The system must have an integrated, user-facing, noise-reducing array microphone.
h) Sensors
i) Device must come equipped with; Gyroscope; Ambient Light Sensor,
eCompass/Magnetometer or Accelerometer.
i) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 protocol and a minimum PD2 level Power
Delivery or a proprietary port which offers both data and power for a single cable
connection to a docking station branded by the same OEM.
ii) One full sized USB-A or additional USB-C ports using USB 3.1 protocol
iii) Internal audio line in/microphone port/audio line out combination port
j) Battery and Power Management
i) The device must have an internal Lithium Ion battery.
k) Keyboard
i) The QWERTY keyboard must be available in both English layout and either bilingual
layout (Microsoft CF) or French layout.
l) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
ii) All devices must have a stylus as branded by the device OEM available for purchase
under System Components.
Standing Offer E60EJ-11000C/EJ
Page 61 of 159
m) Weight and Dimensions
i) Total travelling weight, which includes both the display and keyboard, as specified in
this Annex, must not exceed 3.1 lbs.
2.5 Category 5.0N – 12 Inch Advanced Detachable 2-in-1 Mobile Device
a) Processor
i) Intel Core i5- 8350U or AMD Ryzen 5 Pro 3500U
ii) Intel SoC chip set or AMD Picasso Zen + platform standard
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
iv) All AMD processors and chipsets must include AMD-v virtualisation and DMTF-DASH.
v) All Intel processors must include SoC UHD 620 graphics.
vi) All AMD processors must include SoC Radeon Vega 8 Graphics or Radeon 540X
graphics.
vii) Devices must be available with CPU upgrades to either the Intel Core i7-8650U or
AMD Ryzen 7 Pro 3700U.
b) RAM
i) 16.0 GB of DDR4 2400 MHz or LPDDR3-2133
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be a PCIe NVMe class device.
d) 12 inch Display
i) The display must have a minimum resolution of 2150x1440. This resolution must be
non-virtual.
ii) The display must produce a minimum active display of 12 inches to a maximum of
13.5 inches (measured diagonally) at its native resolution
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology with LED back lighting.
iv) The display must be a 10 point capacitive touch screen.
e) Form Factor
i) The device design must involve a user-detachable keyboard. Both components
(display and keyboard) must be specifically designed to be an integral device when
attached. Both components must be manufactured and branded by the same OEM.
Standing Offer E60EJ-11000C/EJ
Page 62 of 159
When the display is connected to the keyboard it must rest at an angle facing the user
(e.g. +/- 45 degrees).
f) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
g) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth Combo 4.2 controller.
iii) The system must have a user-facing camera and if a detachable design it must have
an additional world facing web cameras.
iv) The system must have an integrated, user-facing, noise-reducing array microphone.
h) Sensors
i) Device must come equipped with Gyroscope; eCompass/Magnetometer or
Accelerometer.
i) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 protocol and a minimum PD2 level Power
Delivery or a proprietary port which offers both data and power for a single cable
connection to a docking station branded by the same OEM.
ii) One full sized USB-A or additional USB-C ports using USB 3.1 protocol
iii) Internal audio line in/microphone port/audio line out combination port
j) Battery and Power Management
i) The device must have an internal Lithium Ion battery.
k) Keyboard
i) The QWERTY keyboard must be available in both English layout and either bilingual
layout (Microsoft CF) or French layout.
l) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
ii) All devices must have a stylus as branded by the device OEM available for purchase
under System Components.
m) Weight and Dimensions
i) Total travelling weight, which includes both the display and keyboard, as specified in
this Annex, must not exceed 2.9 lbs.
Standing Offer E60EJ-11000C/EJ
Page 63 of 159
2.6 Category 6.0N – 12 Inch Convertible 2-in-1 notebook
a) Processor
i) Intel Core i5- 8350U or AMD Ryzen 5 Pro 3500U
ii) Intel QM370 chip set or Intel SoC or AMD Picasso Zen + platform standard
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
iv) All AMD processors and chipsets must include AMD-v virtualisation and DMTF-DASH.
v) All Intel processors must include SoC UHD 620 graphics or Radeon 540X graphics.
vi) All AMD processors must include SoC Radeon Vega 8 Graphics.
vii) Devices must be available with CPU upgrades to either the Intel Core i7-8650U or
AMD Ryzen 7 Pro 3700U.
b) RAM
i) 16.0 GB of DDR4 2400 MHz or LPDDR3-2133
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be a PCIe NVMe class device.
d) 12 inch Display
i) The display must have a resolution of 1920x1080. This resolution must be non-virtual.
ii) The display must produce a minimum active display of 12 inches (measured
diagonally) at its native resolution.
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology and LED back lighting.
iv) The display must be a 10 point capacitive touch screen.
e) Form Factor
i) The device design must involve convertible design. The display must be attached to
the keyboard using a 360o hinge and must horizontally rotate from the closed position
to a flat, inversed position. There must be sufficient resistance throughout the rotation
to afford fixed positions.
f) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
Standing Offer E60EJ-11000C/EJ
Page 64 of 159
g) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing web camera.
iv) The system must have an integrated, user-facing, noise-reducing array microphone.
h) Sensors
i) Device must come equipped with; Gyroscope; eCompass/Magnetometer.
i) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 protocol and a minimum PD2 level Power
Delivery or a proprietary port which offers both data and power for a single cable
connection to a docking station branded by the same OEM.
ii) One full sized USB-A or additional USB-C ports using USB 3.1 protocol
iii) Internal audio line in/microphone port/audio line out combination port.
j) Battery and Power Management
i) The device must have an internal Lithium Ion battery.
k) Keyboard
i) The QWERTY keyboard must be available in both English layout and either bilingual
layout (Microsoft CF) or French layout.
l) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
ii) All devices must have a stylus as branded by the device OEM available for purchase
under System Components.
m) Weight and Dimensions
i) Total travelling weight, which includes both the display and keyboard, as specified in
this Annex, must not exceed 3.4 lbs.
2.7 Category 7.0N – 10 Inch Slate tablet
a) Operating System
i) The operating system must be either Microsoft Windows 10 Pro, or Apple iOS 12 or
Android Knox 3.2
Standing Offer E60EJ-11000C/EJ
Page 65 of 159
b) Processor
i) Intel Pentium 4415Y or Apple A10 Fusion or Qualcomm Octa Core
c) RAM
i) 8.0 GB. if Windows 10 Pro based,
ii) 4.0 GB. if Android based
d) Internal Solid State Device (SSD) or ROM
i) If Windows 10 Pro or Apple iOS based the SSD hard disk must be a minimum 128
GB.
ii) If Android based the device must have a 64 GB. ROM
e) 10 Inch Display
i) The display must be either IPS or sAMOLED based and must have a minimum
resolution of 1800x1200 with a 1400:1 contrast ratio. The resolution must be nonvirtual.
ii) The display must produce a minimum active display of 9.7 inches (measured
diagonally) at its native resolution.
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology and LED back lighting.
iv) The display must be a 10 point capacitive touch screen.
v) If Windows 10 Pro based the tablet must have an integrated stand which affords a
user-facing viewing angle. Accessories to achieve this positioning will be evaluated as
non-compliant.
f) Form Factor
i) Device must be a traditional slate tablet.
g) Audio
i) The system must include built-in stereo speakers with a high definition audio controller
and UAJ audio port or USB-C port supporting a digital video protocol.
h) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have user-facing and world facing cameras.
iv) The system must have an integrated microphone.
v) The system must not have cellular telephony or must offer the ability to have that
capability disabled.
Standing Offer E60EJ-11000C/EJ
Page 66 of 159
i) Stylus
i) All devices must have a stylus as branded by the device OEM available for purchase
under System Components.
j) Sensors
i) Device must come equipped with; Gyroscope; eCompass/Magnetometer; Ambient
Light Sensor
k) Ports
The system must physically have the following ports:
i) If Windows 10 Pro based it must have one USB-C, one docking station port.
ii) If Apple iOS based it must have Lightning connector or USB-C connector.
iii) If Android based it must have a USB-C port supporting a digital video protocol.
l) Battery and Power Management
i) The device must have an internal Lithium Ion or Lithium Polymer battery.
m) Security
The device must include the following hardware based security devices:
i) If Windows 10 Pro based it must have a TPM 2.0 module and
ii) If Apple iOS based it must have a bio-metric touch ID sensor or Apple Face ID
authentication.
iii) If Android based it must be a Knox Security Platform
n) Weight and Dimensions
i) Total travelling weight, which includes the display as specified in this Annex, must not
exceed 1.2 lbs for devices with displays measuring between 9.7 and 11.5 inches and
must not exceed 1.7 lbs for devices with displays measuring greater than 11.5 inches.
2.8 Category 8.0N – 15 Inch Mobile Workstation
a) Processor and chip set
i) Intel Core i7- 9850H
ii) Intel CM246 chip set
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
iv) Devices must be available with CPU upgrades to either the Intel Core i9-9880H or
Intel Xeon E-2286M.
Standing Offer E60EJ-11000C/EJ
Page 67 of 159
b) RAM
i) 16.0 GB of DDR4 2400 MHz. and must be available in configurations up to and
including 128 GB.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be PCIe connected and use NVMe protocol.
d) Display and Controller
i) The display must have a resolution of 1920x1080 (FHD). These resolutions must be
non-virtual.
ii) The display must produce a minimum active display of 15.6 inches (measured
diagonally) at its native resolutions.
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology and LED back lighting.
iv) The display must be a 10 point capacitive touch screen.
v) The device must be available with a display upgrade to a minimum WQHD
(3840x2160) resolution.
vi) The system must have a discrete Nvidia Quadro P1000 or T1000 video controller and
must offer an optional video controller upgrades.
e) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
f) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 5.0 controller.
iii) The system must have a user-facing web camera.
iv) The system must have an integrated, user-facing, noise-reducing dual array
microphone.
g) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 protocol and a minimum PD2 level Power
Delivery
Standing Offer E60EJ-11000C/EJ
Page 68 of 159
ii) Two additional USB-C or USB-A ports using USB 3.1 protocol
iii) One full-sized digital video port.
iv) Internal audio line in/microphone port/audio line out combination port.
h) Battery and Power Management
i) The device must have an internal Lithium Ion battery
ii) The device must come with an OEM supplied and approved AC adapter
i) Keyboard
i) The QWERTY keyboard must be available in both English layout and bilingual layout
(Microsoft CF) with control keys in both languages.
ii) The native keyboard must have a separate numeric keypad.
j) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
k) Weight and Dimensions
i) Total travelling weight, which does not include the AC adapter must not exceed 7.0
lbs. (non-touch).
2.9 Category 9.0N – 15 Inch Thin and Light Mobile Workstation
a) Processor and chip set
i) Intel Core i7- 9850H or Intel Core i7-8650U capable of a 20 watt TDP burst mode
ii) Intel CM246 if Quadro based or QM370 or SoC chip set if GeForce based.
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
b) RAM
i) 16.0 GB of DDR4 2400 MHz. if Quadro based or 16.0 GB of LPDDR3 1866 MHz. if
GeForce based
ii) Quadro based devices must be available in a 32.0 GB. configuration
iii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must be PCIe connected and use NVMe protocol.
Standing Offer E60EJ-11000C/EJ
Page 69 of 159
d) Display and Controller
i) The display must have a resolution of 1920x1080 (FHD). These resolutions must be
non-virtual.
ii) The display must produce a minimum active display of 15 inches (measured
diagonally) at its native resolutions.
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology and LED back lighting.
iv) The display must be a 10 point capacitive touch screen.
v) The device must be available with a display upgrade to a minimum WQHD
(3000x2000) resolution with 10 point capacitive touchscreen capabilities.
vi) The system must offer a discrete Nvidia Quadro P1000 or T1000 or Nvidia Geforce
GTX 1060 video controller.
e) Form Factor
i) The device design may be either a traditional clamshell design or a convertible design.
If convertible, it must have a 360o hinge that horizontally rotates from the closed
position to a flat, inversed (tablet) position or a detachable display which can be
inversed (facing away from the keyboard). There must be sufficient resistance
throughout the designed rotation to afford fixed positions.
f) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
g) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing web camera and an additional world facing
camera if convertible design.
iv) The system must have an integrated, user-facing, noise-reducing dual array
microphone.
h) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 protocol and a minimum PD2 level Power
Delivery
ii) Two additional USB-A or USB-C ports using USB 3.0 protocol
iii) One digital video port.
iv) Internal audio line in/microphone port/audio line out combination port.
Standing Offer E60EJ-11000C/EJ
Page 70 of 159
i) Battery and Power Management
i) The device must have an internal Lithium Ion battery
ii) The device must come with an OEM supplied and approved AC adapter
j) Keyboard
i) The QWERTY keyboard must be available in both English layout and either bilingual
layout (Microsoft CF) or French layout.
k) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
(e) Weight and Dimensions
ii) Total travelling weight, which does not include the AC adapter must not exceed 5.0
lbs. (non-touch) if Quadro video based and 4.3 lbs if GTX video based.
2.10 Category 10.0N – 17 Inch Mobile Workstation
a) Processor and chip set
i) Intel Core i7- 9850H
ii) Intel CM246 chip set
iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
iv) Devices must be available with CPU upgrades to either the Intel Core i9-9880H or
Xeon E-2286M.
b) RAM
i) 16.0 GB of DDR4 2400 MHz. and must be available in configurations up to and
including 64 GB.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB.
ii) The SSD must either a PCIe NVMe device.
d) Display and Controller
i) The display must have a resolution of 1920x1080 (FHD). These resolutions must be
non-virtual.
ii) The display must produce a minimum active display of 17 inches (measured
diagonally) at its native resolutions.
Standing Offer E60EJ-11000C/EJ
Page 71 of 159
iii) The display must have either IPS (IN Plane Switching) or WVA (Wide Viewing Angle)
technology and LED back lighting.
iv) The device must be available with a display upgrade to a minimum WQHD
(3840x2160) resolution.
v) The system must offer a discrete Nvidia Quadro P1000 or T1000 video controller and
must offer an optional video controller upgrades.
e) Audio
i) The system must include built-in stereo speakers with a high definition audio
controller.
f) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 5.0 controller.
iii) The system must have a user-facing web camera.
iv) The system must have an integrated, user-facing, noise-reducing dual array
microphone.
g) Ports
The system must physically have the following ports:
i) One internal USB-C port delivering USB 3.1 protocol and a minimum PD2 level Power
Delivery
ii) Two additional USB-C or USB-A ports using the USB 3.1 protocol
iii) One full-sized digital video port.
iv) Internal audio line in/microphone port/audio line out combination port.
h) Battery and Power Management
i) The device must have an internal Lithium Ion battery
ii) The device must come with an OEM supplied and approved AC adapter
i) Keyboard
i) The QWERTY keyboard must be available in both English layout and bilingual layout
(Microsoft CF) with control keys in both languages.
ii) The native keyboard must have a separate numeric keypad.
j) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
Standing Offer E60EJ-11000C/EJ
Page 72 of 159
k) Weight and Dimensions
i) Total travelling weight, which does not include the AC adapter must not exceed 8.0
lbs. (non-touch).
2.11 Category 11.0N – Ruggedized Notebook
a) Processor
i) Intel 7th generation Core i5-7300U processor
ii) All processors and chipset must include Intel VT-d and VT-x virtualisation.
b) Operating System
i) Microsoft Windows 10 Pro
c) RAM
i) 16.0 GB of DDR4 2133 MHz. or LPDDR3 1866 MT/s
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
d) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB. and must conform to the Opal
Storage Specification version 2.0.
e) Display
i) The display must have a resolution of 1920x1080. This resolution must be non-virtual.
ii) The display must produce an active display of between 12.0 inches and 15.0 inches
(measured diagonally) at its native resolution.
iii) The display must be a capacitive or resistive, 10 point, gloved, multi-touch enabled.
iv) The display must be outdoor viewable and must have a minimum of brightness of
1000 nits.
f) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing web camera.
iv) The system must offer an optional, internal, dedicated GPS available to be purchased
at a later date.
g) Ports
The system must physically have the following ports:
Standing Offer E60EJ-11000C/EJ
Page 73 of 159
i) Two USB ports one of which one must be USB 3.0, RJ-45 Ethernet, one digital video,
one RS-232 serial, docking station connector.
h) Battery and Power Management
i) The device must have two user-removable internal 22 Whr. Lithium Ion batteries or
have a single 50 Whr. Lithium Ion battery.
i) Keyboard
i) The QWERTY keyboard must be available in both English layout and either bilingual
layout (Microsoft CF) or French layout.
ii) The keyboard must be backlit and must have the ability to turn off back-lighting using
the keyboard.
j) Port Replicator
i) Notebooks must have a port replicator available for purchase and must be
manufactured by or approved by the respective system manufacturer.
ii) The port replicator must have the following ports:
(A) 3 x USB ports, 2 of which must be USB 3.0
(B) Two video ports, one of which must be digital.
(C) RJ-45 Ethernet port.
iii) The port replicator must interface with the device through a dedicated bus interface or
USB-C and must be able to positively charge the device while docked. The port
replicator must include its own AC adapter.
iv) The port replicator must support two monitors simultaneously and support the
Windows extended desktop.
k) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
l) Security and Authentication
i) The colour of the device’s exterior must be available in an inconspicuous and nonreflective, matte black or matte gray if requested by the client.
m) Weight and Dimensions
i) Total travelling weight, which includes both the display, keyboard and internal battery,
as specified in this Annex, must not exceed 8.0 lbs.
n) Form Factor
i) Device design must be either the traditional clamshell or detachable display.
Standing Offer E60EJ-11000C/EJ
Page 74 of 159
o) Rugged Device Regulatory and Environmental Compliance
The ruggedized notebook must be tested and certified to meet the following MIL-STD-810G
and IP-65 Ingress test and procedures (all temperatures noted are in Fahrenheit):
i) Altitude: MIL-STD-810G, 500.5, Procedures I, II - 40,000 ft. non-operating and
operating
ii) High temperature: MIL-STD-810G, 501.5, Procedures I, II, III - 158o non-operating to
140o operating
iii) Low temperature: MIL-STD-810G, 502.5, Procedures I, II – minus 60o non-operating,
minus 20o operating
iv) Thermal shock: MIL-STD-810G, 503.5, Procedure I – from plus 20o
to minus 60o (3
cycles)
v) Rain: MIL-STD-810G, 506.5, Procedure I – 70 MPH, 15 minute exposure
vi) Humidity: MIL-STD-810G, 507.5, Procedure II – temp cycles from 86o
to 140o
, 95%
relative humidity
vii) Explosive atmosphere MIL-STD-810G, 511.5, Procedure I
viii) Vibration: MIL-STD-810G, 514.6, Procedures I (Cat 4 or Cat 20 or Cat 24) nonoperating
ix) Shock: MIL-STD-810G, 516.6, Procedures I – 40g, 11 ms. operating
x) Transit drop: MIL-STD-810G, 516.6, Procedure IV – 26 drops at 36 inches onto 2 inch
plywood*
xi) Transit drop: MIL-STD-810G, 516.6, Procedure IV - 26 drops at 48 inches onto 2 inch
plywood*
xii) Transit drop: MIL-STD-810G, 516.6, Procedure IV - 26 drops at 60 inches onto 2 inch
plywood*
xiii) Freeze/thaw: MIL-STD-810G, 524, Procedure III
xiv) Solid ingress protection: IEC 60529, IP-6X
xv) Liquid ingress protection: IEC 60529, IP-X5
xvi) Electromagnetic interference: MIL-STD-461F
xvii) Blowing dust: MIL-STD-810G, 510.5, Procedures I
xviii) Blowing sand: MIL-STD-810G, 510.5, Procedures II
2.12 Category 12.0N – Ruggedized Detachable 2-in-1 Mobile Device
a) Processor
i) Intel 6th generation M5-6Y57 processor
ii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
Standing Offer E60EJ-11000C/EJ
Page 75 of 159
b) Operating System
i) Microsoft Windows 10 Pro
c) RAM
i) 16 GB of DDRR3L 1600 MHz.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
d) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 512 GB and must conform to the Opal
Storage Specification version 2.0.
e) Display
i) The display must have a resolution of 1920x1080. This resolution must be non-virtual.
ii) The display must produce an active display of between 10 inches and 12 inches
(measured diagonally) at its native resolution and be finished with a non-reflective
matte finish.
iii) The display must be a capacitive or resistive, 5 point, gloved multi-touch enabled.
iv) The device design must involve a user-detachable keyboard or display. Both display
and keyboard must be specifically designed for each other and must be by branded by
the same OEM.
v) The display must be outdoor viewable and must a minimum brightness of 800 nits or
600 nits if the display employs Direct-View LED technology.
f) Audio
i) The system must include built-in speaker and integrated microphones.
g) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing web camera.
iv) The system must offer an optional, internal WWAN cellular modem
v) The system must offer an optional, internal, dedicated GPS available which may be
purchased at a later date.
h) Sensors
i) Device must come equipped with; Gyroscope; eCompass/Magnetometer; Ambient
Light Sensor
Standing Offer E60EJ-11000C/EJ
Page 76 of 159
i) Ports
The system must physically have the following ports:
i) One USB 3.0 type A or type C, one digital video, one UAJ audio jack, docking station
connector
ii) The system must offer an optional RS-232 serial port
j) Battery and Power Management
i) The device must have an internal 26 Whr. Lithium Ion battery with the facility for a
second internal battery.
k) Keyboard (must be supplied with the display portion)
i) The QWERTY keyboard must be available in both English layout and either bilingual
layout (Microsoft CF) or French layout.
ii) The keyboard must be backlit and must have the ability to turn off back-lighting using
the keyboard.
l) Port Replicator
i) Notebooks must have a port replicator available for purchase and must be
manufactured by or approved by the respective system manufacturer.
ii) The port replicator must have the following ports:
(A) 3 x USB ports, 2 of which must be USB 3.0.
(B) Two video ports
(C) RJ-45 Ethernet port
iii) The port replicator must interface with the device through a dedicated bus interface or
USB-C and must be able to positively charge the device while docked. The port
replicator must include its own AC adapter.
iv) The port replicator must support two monitors simultaneously and support the
Windows extended desktop.
m) Pointing Device
i) System must have an integrated multi-point glide pad with left and right mouse button
functionality.
n) Security and Authentication
i) The colour of the device’s exterior must be available in an inconspicuous and nonreflective, matte black or matte gray if requested by the client.
o) Weight and Dimensions
i) Total travelling weight, which includes both the display, keyboard and single internal
battery, as specified in this Annex, must not exceed 4.9 lbs.
Standing Offer E60EJ-11000C/EJ
Page 77 of 159
p) Rugged Device Regulatory and Environmental Compliance
The ruggedized system unit and ruggedized keyboard must be tested and certified to meet
the following MIL-STD-810G and IP-65 Ingress test and procedures (all temperatures noted
are in Fahrenheit):
i) Altitude: MIL-STD-810G, 500.5, Procedures I, II - 40,000 ft. non-operating and
operating
ii) High temperature: MIL-STD-810G, 501.5, Procedures I, II, III - 158o non-operating to
140o operating
iii) Low temperature: MIL-STD-810G, 502.5, Procedures I, II – minus 60o non-operating,
minus 20o operating
iv) Thermal shock: MIL-STD-810G, 503.5, Procedure I – from plus 20o to minus 60o (3
cycles)
v) Rain: MIL-STD-810G, 506.5, Procedure I – 70 MPH, 15 minute exposure
vi) Humidity: MIL-STD-810G, 507.5, Procedure II – temp cycles from 86o to 140o, 95%
relative humidity
vii) Explosive atmosphere MIL-STD-810G, 511.5, Procedure I
viii) Vibration: MIL-STD-810G, 514.6, Procedures I (Cat 4, 20 or 24) non-operating
ix) Shock: MIL-STD-810G, 516.6, Procedures I – 40g, 11 ms. operating
x) Transit drop: MIL-STD-810G, 516.6, Procedure IV – 26 drops at 36 inches onto 2 inch
plywood*
xi) Transit drop: MIL-STD-810G, 516.6, Procedure IV - 26 drops at 48 inches onto 2 inch
plywood*
xii) Freeze/thaw: MIL-STD-810G, 524, Procedure III
xiii) Solid ingress protection: IEC 60529, IP-6x
xiv) Liquid ingress protection: IEC 60529, IP-x5
xv) Electromagnetic interference: MIL-STD-461F
xvi) Blowing dust: MIL-STD-810G, 510.5, Procedures I
xvii) Blowing sand: MIL-STD-810G, 510.5, Procedures II
2.13 Category 13.0N – 10 Inch Ruggedized Slate Tablet
a) Processor
i) Intel 6th generation Core i5-6300U processor
ii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
b) Operating System
i) Microsoft Windows 10 Pro
Standing Offer E60EJ-11000C/EJ
Page 78 of 159
c) RAM
i) 8 GB of DDRR3L 1600 MHz.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
d) Internal Solid State Device (SSD)
i) The SSD hard disk must be a minimum 256 GB and must conform to the Opal
Storage Specification version 2.0.
e) 10 inch Display
i) The display must have a resolution of 1920x1080. This resolution must be non-virtual.
ii) The display must produce an active display of 10 inches (measured diagonally) at its
native resolution.
iii) The display must be a capacitive or resistive, 5 point, gloved, multi-touch enabled.
iv) The display must be outdoor viewable.
f) Audio
i) The system must include built-in speaker and integrated microphones.
g) Communications
i) The system must include an embedded, integrated wireless 802.11 a/g/n/ac adapter
with integrated dual antenna.
ii) The system must include an embedded, integrated Bluetooth 4.1 controller.
iii) The system must have a user-facing web camera.
iv) The system must offer an optional, internal WWAN cellular modem.
v) The system must offer an optional, internal, dedicated GPS.
h) Sensors
i) Device must come equipped with; Gyroscope; eCompass/Magnetometer; Ambient
Light Sensor
i) Ports
The system must physically have the following ports:
i) One USB 3.0 type A or type C, one digital video, one UAJ audio jack
ii) The system must offer an optional RS-232 serial port.
Standing Offer E60EJ-11000C/EJ
Page 79 of 159
j) Battery and Power Management
i) The device must have an internal 34 Whr. Lithium Ion battery.
k) Security and Authentication
i) The case must include a Kensington lock slot or equivalent.
l) Weight and Dimensions
i) Total travelling weight, which includes both the display and single internal battery, as
specified in this Annex, must not exceed 2.93 lbs.
m) Rugged Tablet Regulatory and Environmental Compliance
The ruggedized tablet must be tested and certified to meet the following MIL-STD-810G and
IP-65 Ingress test and procedures (all temperatures noted are in Fahrenheit):
i) Altitude: MIL-STD-810G, 500.5, Procedures I, II - 40,000 ft. non-operating and
operating
ii) High temperature: MIL-STD-810G, 501.5, Procedures I, II, III - 158o non-operating to
140 o operating
iii) Low temperature: MIL-STD-810G, 502.5, Procedures I, II – minus 60o non-operating,
minus 20o operating
iv) Thermal shock: MIL-STD-810G, 503.5, Procedure I – from plus 20o to minus 60o (3
cycles)
v) Rain: MIL-STD-810G, 506.5, Procedure I – 70 MPH, 15 minute exposure
vi) Humidity: MIL-STD-810G, 507.5, Procedure II – temp cycles from 86o to 140o, 95%
relative humidity
vii) Explosive atmosphere MIL-STD-810G, 511.5, Procedure I
viii) Vibration: MIL-STD-810G, 514.6, Procedures I (Cat 4 or Cat 20 or Cat 24) nonoperating
ix) Shock: MIL-STD-810G, 516.6, Procedures I – 40g, 11 ms. operating
x) Transit drop: MIL-STD-810G, 516.6, Procedure IV – 26 drops at 36 inches onto 2 inch
plywood*
xi) Transit drop: MIL-STD-810G, 516.6, Procedure IV - 26 drops at 48 inches onto 2 inch
plywood*
xii) Freeze/thaw: MIL-STD-810G, 524, Procedure III
xiii) Solid ingress protection: IEC 60529, IP-6x
xiv) Liquid ingress protection: IEC 60529, IP-x5
xv) Electromagnetic interference: MIL-STD-461F
xvi) Blowing dust: MIL-STD-810G, 510.5, Procedures I
Standing Offer E60EJ-11000C/EJ
Page 80 of 159
xvii) Blowing sand: MIL-STD-810G, 510.5, Procedures II
2.14 Category 14.0N – Semi-Ruggedized Notebook – Windows 10 Pro
a) Processor
(i) Intel Core i5-8350U or AMD Ryzen 5 Pro 3500U
(ii) Intel SoC chip set or AMD Picasso Zen + platform standard
(iii) All Intel processors and chipset must include Intel VT-d and VT-x virtualisation.
(iv) All AMD processors and chipsets must include AMD-v virtualisation and DMTF-DASH
(v) All Intel processors must include SoC UHD 620 graphics
(vi) All AMD processors must include SoC Radeon Vega 8 Graphics or Radeon 540X
graphics
(vii) Devices must be available with CPU upgrades to either the Intel Core i7-8650U or
AMD Ryzen 7 Pro 3700U.
b) Operating System
(i) Microsoft Windows 10 Pro
c) RAM
(i) 16.0 GB of DDR4 RAM and must be available in a 32 GB. configuration
(ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer.
d) Internal Solid State Device (SSD)
(i) The SSD must be minimum 256 GB.
e) Display and Video Controller
(i) The display must have a resolution of 1920x1080. This resolution must be non-virtual.
(ii) The display must produce an active display of 14.0 inches (measured diagonally) at its
native resolution.
(iii) The display must be a capacitive or resistive, 10 point, gloved, multi-touch enabled.
(iv) The display must be outdoor readable producing a minimum of 800 nits brightness at
the resolution specified.
(v) The device must be available with an optional, discrete video controller upgrade. The
minimum GPU upgrade must be the AMD Radeon RX 540 or Radeon Pro WX 4150 or
an equivalent Nvidia GPU and must come with a minimum of 2 GB of dedicated video
RAM.
Standing Offer E60EJ-11000C/EJ
Page 81 of 159
f) Form Factor and Design
(i) The device design may be a traditional clamshell design with a securely installed, front
carrying handle. The handle must be “hard” in that is must be constructed of a solid
material similar to that of the device’s case. The device must also utilise a userupgradeable, modular architecture. The modules must offer a variety of options which
include a second battery, user authentication methods and additional ports.
g) Communications
The device must:
(i) Have an embedded, integrated wireless 802.11 a/g/n/ac adapter with integrated dual
antenna;
(ii) Have an embedded, integrated Bluetooth 4.2 controller;
(iii) Have a user-facing web camera and dual array microphones. Camera must have an
integrated privacy shutter;
(iv) Be available with an optional, internal, dedicated GPS;
(v) Must be available with an optional, internal, 4G LTE cellular modem.
h) Ports
The device must have:
(i) Three full sized USB ports either type A or Type C;
(ii) One digital video port;
(iii) A RS-232 port either standard or available as an option;
(iv) A SIM or Micro SIM or Nano SIM either standard or available as an option;
(v) Media card slot;
(vi) Integrated hinged doors or shutters which protect all ports listed in this section and
available as options. The AC power port is an exception.
i) Battery and Power Management
The device must:
(i) Have an internal, user-removable internal 46 Whr. (Watt hour) Lithium Ion battery;
(ii) Be able to accommodate a second, identical battery simultaneously installed with the
primary battery;
(iii) Come standard with an AC adapter rated at 65 watts or greater;
(iv) Have, either offered as standard or optional, an AC adapter that is rated at 100 watts or
greater.
Standing Offer E60EJ-11000C/EJ
Page 82 of 159
j) Keyboard
The native keyboard must:
(i) Be a QWERTY keyboard and must be available in both English layout and either
bilingual layout (Microsoft CF) or French layout;
(ii) Be backlit and must have the ability to turn off back-lighting using the keyboard;
k) Office Docking Station
(i) Notebooks must have a docking station available for purchase and must be
manufactured by and/or approved by the respective device manufacturer.
(ii) The docking station must have the following ports:
a) 3 x USB ports, either type A or type C
b) Two video ports, one of which must be digital.
c) RJ-45 Ethernet port.
(iii) The docking station must interface with the device through a dedicated bus interface
or USB-C and must be able to positively charge the device while docked. The docking
station replicator must include its own AC adapter.
(iv) The docking station must support two monitors simultaneously and support the
Windows extended desktop.
l) Ruggedized Vehicle Mount
The ruggedized vehicle mount must:
(i) Be specifically designed for the ruggedized device bid;
(ii) Have a compatible system bus connection;
(iii) Offer port replication of the following: Ethernet RJ-45, 2 x USB type A, dual high gain RF
antenna pass through, 15 pin D-sub VGA, HDMI or DisplayPort (full-sized or mini), RS-232
Serial D-sub;
(iv)Have the ability to securely retain the device regardless of being locked or unlocked;
(v) Provide VESA 75 or 100 compatible mounting apertures;
(vi)Be MIL-STD 810G tested and certified for the following:
a) High temperature: MIL-STD-810G, 501.6, Procedures I at 140o
(non-operating)
and Procedure II at 140o
(operating)
b) Low temperature: MIL-STD-810G, 502.6, Procedures I at minus 60o
(nonoperating), and minus 20o
(operating)
c) Humidity: MIL-STD-810G, 507.6, Procedure I – temp cycles from 86o
to 140o
, 95%
relative humidity (non-operating)
Standing Offer E60EJ-11000C/EJ
Page 83 of 159
d) Vibration: MIL-STD-810G, 514.6, Procedures I (Cat 4) (operating) and cat 24 (nonoperating)
e) Shock Functional: MIL-STD-810G, 516.6, Procedures I – 40g, 11ms. (operating)
f) Conform to SAE J1455 design guidelines;
(vii) Must power the docked ruggedized device specified herein.
Full engineering test reports from independent test laboratories demonstrating the vehicle
mount’s compliance must be included in the bid solicitation.
m) Universal Vehicle Mount
(i) The vehicle mount must be the Precision Mounting Technologies/Gamber-Johnson
“Universal Laptop Cradle” or equivalent. Offeror may propose equivalent product
during the Q&A process. The Contracting Authority reserves the right to determine
equivalency at that time. The Offeror will be duly informed prior to the closing date of
the Solicitation.
(ii) The cradle model must be specific to the notebook’s display dimension (e.g. standard
4:3 ratio or widescreen 16:9 ratio)
n) Pointing Device
(i) Device must have an integrated multi-point glide pad with left and right mouse button
functionality.
o) Weight and Dimensions
(i) Total travelling weight which includes the notebook (as specified in this annex), single
internal battery, handle and not including the AC adapter must not exceed 5.8 lbs.
p) Rugged Device Regulatory and Environmental Compliance
The semi-ruggedized notebook must be tested and certified to meet all of the MIL-STD-810G
and IP-xx Ingress test and procedures listed below.
(i) Altitude: MIL-STD-810G, 500.6, Procedure I at 30,000 ft. (non-operating) and
Procedure II at 15,000 ft. (operating)
(ii) High temperature: MIL-STD-810G, 501.6, Procedures I at 140o F (non-operating) and
Procedure II at 140o F (operating)
(iii) Low temperature: MIL-STD-810G, 502.6, Procedures I at minus 60oF (non-operating),
and minus 20oF (operating)
(iv) Thermal shock: MIL-STD-810G, 503.6, Procedure I from plus 160oF to minus 60oF (3
cycles) (non-operating)
(v) Humidity: MIL-STD-810G, 507.6, Procedure I – temp cycles from 86oF to 140oF at
95% relative humidity (non-operating)
(vi) Blowing dust: MIL-STD-810G, 510.6, Procedures I
(vii) Blowing sand: MIL-STD-810G, 510.6, Procedures II
Standing Offer E60EJ-11000C/EJ
Page 84 of 159
(viii) Vibration: MIL-STD-810G, 514.6, Procedures I (Cat 4) (operating) and cat 24 (nonoperating)
(ix) Shock Functional: MIL-STD-810G, 516.6, Procedures I – 40g, 11 ms. (operating)
(x) Transit drop: MIL-STD-810G, 516.6, Procedure IV – 26 drops at 36 inches onto 2 inch
plywood (non-operating). All drops must be performed on the same test unit.
(xi) Solid ingress protection: IEC 60529, IP-x5
(xii) Liquid ingress protection: IEC 60529, IP-x3
Full engineering test reports from an independent test laboratory demonstrating the
notebooks compliance must be included in the bid solicitation.
3. Docking Stations –All Windows 10 based devices excluding categories 7.0N,
11.0N, 12.0N, 13.0N and 14.0N
a) All devices must have a docking station available for purchase and must be manufactured by
or approved by the respective system manufacturer.
b) The docking station must have the following downstream ports:
i) 3 x USB 3.0 ports (type A or C), one of which must be charging.
ii) Two digital DisplayPort video ports.
iii) Audio out and audio in through UAJ port or through one of the USB-C ports.
iv) RJ-45 Ethernet port.
c) The docking station must interface with the device through a USB-C port delivering USB 3.1
protocol and a minimum PD2 level Power Delivery or a proprietary port which offers both
data and power for a single cable connection to a docking station branded by the same
OEM.
d) The power provided must be able to provide sufficient voltage to fully charge the applicable
device manufactured by the same OEM. Annex B List of Deliverables will accommodate
additional dockings stations that are design to accommodate higher voltage devices (e.g.
mobile workstations).
e) The docking station must include its own AC adapter.
f) The docking station must support two FHD monitors simultaneously or a single 4K monitor at
their native resolutions and support the Windows extended desktop.
g) The docking station must not present second MAC address to the network address to the
network or device connecting to the dock must have System Universal Unique Identifier
(System UUID) that is embedded in the computer firmware by the device OEM for
identification.
4. Security and BIOS – All Windows 10 based devices excluding category 7.0N
The following are two distinct streams of security delineated as Medium and Advanced. Depending
on their level of compliance offerors may bid their proposed products in either stream. Both security
Standing Offer E60EJ-11000C/EJ
Page 85 of 159
streams will co-exist in the categories defined herein. It will be at the clients’ discretion to choose
which stream is appropriate for their business needs and will choose accordingly prior to an RVD.
Accordingly the system must include the following hardware security devices and services:
a) Medium Security
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0. PTT (Platform Trust Technology) firmware TPM is acceptable for
Category 2.0N only.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The device must have the ability to be secured by a cable lock.
v) Second level user authentication must be available through at least one the following
methods:
(A) Integrated ISO/IEC 14443 compliant smart card reader (contacted or
contactless).
(B) Windows Hello enabled camera.
(C) Windows Hello static fingerprint reader.
vi) Device OEM created and supplied BIOS/UEFI security features and related security
utilities or management suite that allow for the set-up and/or management of:
(A) Pre-boot and multi-factor authentication set up (if two levels of authentication
are deployed (e.g. boot password with smartcard reader))
b) Advanced Security
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0. allowable in tamper-proof discrete iterations only.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) All devices must have Absolute Data & Device Security (not-enabled)
iv) All devices must have the ability to be secured by a cable lock.
v) Second level user authentication must be available through at least one the following
methods:
(A) Integrated ISO/IEC 14443 compliant smart card reader (contacted or
contactless).
(B) Windows Hello enabled camera.
(C) Windows Hello enabled static fingerprint reader.
vi) Device OEM created and supplied BIOS/UEFI security features and related security
utilities must be available that allow for the set-up and/or management of:
Standing Offer E60EJ-11000C/EJ
Page 86 of 159
(A) Pre-boot and multi-factor authentication set up (if two levels of authentication
are deployed (e.g. boot password with PKI reader)).
(B) System unit OEM must have in place a process for verifying the authenticity and
integrity of BIOS updates and a mechanism for ensuring that the BIOS is
protected from modification outside of that secure update process. The update
mechanism shall ensure that the BIOS update image has been digitally signed
and that the digital signature can be verified using a key in the RTU (Root of
Trust) before updating. The system unit must be designed to permit only IT
administrative (prohibiting individual users) control over updates by countersigning with an IT administration controlled key. The secure update BIOS
update process described herein must conform to the ISO/IEC 19678:2015
standard;
(C) System unit must be able to detect and provide notification when the system
BIOS has been corrupted and must recover from a backup firmware image
stored in a separate storage location from the primary system BIOS (e.g., a
second, internal NVRAM, a hidden partition on the SSD or OEM provided and
authorised USB key).
vii) System unit OEM must have available an image verification utility which must:
(A) Verify the security and quality of the image prior to or following deployment;
(B) Verify the authenticity and OEM authorised source of installed device drivers,
firmware, patches and BIOS;
(C) Identify issues and anomalies and recommend remediation;
(D) Operate under Microsoft Windows 10 Pro;
(E) Be authored and approved by the device OEM;
(F) Be free of charge and be exclusively available from the OEMs’ support web site
or have the same utility available from the Microsoft App store.
viii) System unit OEM must have a mature and comprehensive Supply Chain Integrity
(SCI) process in place. This process must involve the mitigation of the infiltration of
fraudulent or counterfeit components as well as the mitigation of the introduction of
hardware-based threat vectors during the manufacturing process and throughout the
subsequent supply chain and delivery channel up to final delivery. This OEM
conducted process must:
(A) Mitigate the risk of maliciously tainted and counterfeited products throughout the
product life cycle, which encompasses the following phases: design, sourcing,
build, fulfilment and distribution.
(B) Adhere to and include the principals and be currently an active participant in the
conformance to (if the development does not include industry participation) or
development of (if industry participation is integral) at the least three of the
following related international secure supply chain standards, initiatives and
best practices:
a) ISO/IEC 20243:2015 - Open Trusted Technology Provider Standard (OTTPS)
Standing Offer E60EJ-11000C/EJ
Page 87 of 159
b) ISO 28000 – Supply Chain Resiliency
c) ISO – 15408 – Common Criteria
d) NIST 800-161 – Supply Chain Risk Management
e) NIST Cybersecurity Framework
f) TAPA – Transported Asset Protection Association
g) ISO 27036-2 and ISO 27036-3 Information technology – Security
techniques
h) C-TPAT tier 3 certification
ix) All bidders aspiring to the Advanced Security level (item v (b), v (c), vi, vii (a) and (b))
must submit proof in the form of currently existing technical manuals, technical
documentation, OEM written white papers, corporate attestations, client briefing
papers or corporate mission statements. Proof in the form of marketing presentations
or personal correspondence will be not acceptable.
Standing Offer E60EJ-11000C/EJ
Page 88 of 159
ANNEX A: TECHNICAL SPECIFICATIONS – DESKTOPS AND THIN
CLIENTS
5. Introduction
This document addresses the requirements which apply to the following categories:
1.0D Ultra Small Form Factor Desktop (USFF) - Windows 10 Professional
2.0D Small Form Factor Desktop (SFF) - Windows 10 Professional
2.1D Windows 7 Professional Compatible (SFF and Tower)
3.0D Tower Desktop - Windows 10 Professional
4.0D 3D Workstation - Windows 10 Professional
5.0D Single Processor Engineering Workstation – Windows 7 and 10 Professional
6.0D Dual Processor Engineering Workstation – Windows 7 and 10 Professional
1.0T Stateless Thin Client
1.1T Secure Stateless Thin Client with Fibre
2.0T Windows 10 IoT Thin Client
2.1T Secure Windows 10 IoT Thin Client with Fibre
6. Configurations
Desktops and thin clients must meet or exceed the technical specifications outlined in this Annex.
6.1 Category 1.0D – Ultra Small Form Factor Desktop – Windows 10
a) Processor and Chip Set
i) Intel Core i5-8500T (35 watt) or AMD Ryzen 5 2400GE (35 watt)
ii) Intel Q370 chip set or AMD B300 chip set
iii) All processors and chipsets must include Intel VT-d and VT-x or AMD-v virtualisation.
iv) All processors and chipsets must include either Intel AMT or DMTF DASH
v) Intel i7 or AMD Ryzen 7 processors will not be accepted and will be evaluated as noncompliant.
b) RAM
i) 16.0 GB DDR4 2400 MHz.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
Standing Offer E60EJ-11000C/EJ
Page 89 of 159
c) Graphics
i) Intel UHD Graphics 630 GPU or AMD Radeon RX Vega 11 Graphics
d) Internal Solid State Device (SSD)
i) The SSD must be a minimum capacity of 256 GB.
ii) The SSD must an M.2 PCI Express and utilize the NVMe (Non-Volatile Memory
Express) interface.
e) Audio
i) The device must have a two channel high definition audio controller.
ii) The device must include a built-in speaker for the recreation of Windows generated
sound events.
f) Communications
i) The device must offer an optional, internal, wireless M.2 based 802.11 a/g/n/ac and
Bluetooth 4.1 combination adapter with integrated or external antenna if requested.
ii) The device must have an internal Ethernet 10/100/1000 network adapter.
g) External Ports and Internal Expansion
The device must physically have the following expansion after configuration specified herein:
i) Three full sized USB type A or type C with USB 3.1 protocol. Two ports must appear
on the case front.
ii) One full sized RJ-45
iii) Two full-sized DisplayPort vers. 1.2 video ports
iv) Audio line in and line out or UAJ port. This must appear on the case front.
v) Vacant external optional port to accommodate an additional full-sized digital video port
or RS-232 serial port or VGA port
vi) One internal M.2 expansion slot
vii) One internal 2.5 inch drive bay
h) Keyboard and Mouse
i) The keyboard must be available in; English layout and bilingual layout (Microsoft CF)
with control keys in English and French, TBITS-5 Multi-lingual layout and English
layout.
ii) The mouse must be wired 3 button with scroll function.
i) Security and BIOS
The following are two distinct streams of security delineated as Advanced and Medium.
Depending on their level of compliance offerors may bid their proposed products in either
stream. Both security streams will co-exist in the categories previously defined. It will be at
Standing Offer E60EJ-11000C/EJ
Page 90 of 159
the clients’ discretion to choose which stream is appropriate for the business needs and will
specify that stream prior to an RVD.
Accordingly the system must include the following hardware security devices and services:
Medium Security
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The case must include a Kensington lock slot or equivalent.
v) System or motherboard OEM (Original Equipment Manufacturer) created and supplied
BIOS/UEFI security features and related security utilities or management suite that
allow for the set-up and/or management of:
a. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader));
Advanced Security
vi) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0. allowable in tamper-proof discrete iterations only.
vii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
viii) Absolute Data & Device Security (not-enabled)
ix) The case must include a Kensington lock slot or equivalent.
x) System unit OEM created and supplied BIOS/UEFI security features and related
security utilities that allow for the set-up and/or management of:
a. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader)).
b. System unit OEM must have in place a process for verifying the
authenticity and integrity of BIOS updates and a mechanism for ensuring
that the BIOS is protected from modification outside of that secure
update process. The update mechanism shall ensure that the BIOS
update image has been digitally signed and that the digital signature can
be verified using a key in the RTU (Root of Trust) before updating. The
system unit must be designed to permit only IT administrative (prohibiting
individual users) control over updates by counter-signing with an IT
administration controlled key. The secure update BIOS update process
described herein must conform to the ISO/IEC 19678:2015 standard;
c. System unit must be able to detect and provide notification when the
system BIOS has been corrupted and must recover from a backup
firmware image stored in a separate storage location from the primary
system BIOS (e.g., a second, internal NVRAM, a hidden partition on the
SSD or OEM provided and authorised USB key).
xi) System unit OEM must have available an image verification utility which must:
Standing Offer E60EJ-11000C/EJ
Page 91 of 159
a. Verify the security and quality of the image prior to or following
deployment;
b. Verify the authenticity and OEM authorised source of installed device
drivers, firmware, patches and BIOS;
c. Identify issues and anomalies and recommend remediation;
d. Operate under Microsoft Windows 10 Pro;
e. Be authored and approved by the device OEM;
f. Be free of charge and be exclusively available from the OEMs’ support
web site or have the same utility available from the Microsoft App store.
xii) System unit OEM must have a mature and comprehensive Supply Chain Integrity
(SCI) process in place. This process must involve the mitigation of the infiltration of
fraudulent or counterfeit components as well as the mitigation of the introduction of
hardware-based threat vectors during the manufacturing process and throughout the
subsequent supply chain and delivery channel up to final delivery. This OEM
conducted process must:
a. Must mitigate the risk of maliciously tainted and counterfeited products
throughout the product life cycle, which encompasses the following
phases: design, sourcing, build, fulfilment and distribution.
b. Must adhere to and include the principals and be currently an active
participant in the development of at the least three of the following
related international secure supply chain standards, initiatives and best
practices:
1) ISO/IEC 20243:2015 - Open Trusted Technology Provider Standard
(O-TTPS)
2) ISO 28000 – Supply Chain Resiliency
3) ISO – 15408 – Common Criteria
4) NIST 800-161 – Supply Chain Risk Management
5) NIST Cybersecurity Framework
6) TAPA – Transported Asset Protection Association
7) ISO 27036-1 Information technology – Security techniques
xiii) All bidders aspiring to the Advanced Security level (item v (b), v (c), vi, vii (a) and (b))
must submit proof in the form of currently existing technical manuals, technical
documentation, OEM written white papers, corporate attestations, client briefing
papers or corporate mission statements. Proof in the form of marketing presentations
or personal correspondence will be not accepted.
j) Power Supply
i) External AC adapter (min. 4 feet) with a stated minimum PFC (Power Factor
Correction) of 87% efficiency. AC Adapter must be included.
k) Case and Dimensions
i) The USFF external case must not exceed 1.2 litres.
ii) The case must have VESA 100 mounting apertures or must have OEM approved
VESA mounts available if requested.
Standing Offer E60EJ-11000C/EJ
Page 92 of 159
l) Compatibility
i) All devices in this category must be Windows 10 Professional compatible.
6.2 Category 2.0D – Small Form Factor Desktop – Windows 10
a) Processor and Chip Set
i) Intel 8th generation Core i5-8500 or AMD Ryzen 5 2400G
ii) Intel Q370 chip set or AMD B350 chip set
iii) All processors and chipset must include Intel VT-d and VT-x or AMD-v virtualisation.
iv) All processors and chipsets must include either Intel AMT or DMTF DASH.
v) Intel i7 or AMD Ryzen 7 processors will not be accepted and will be evaluated as noncompliant.
b) RAM
i) 16.0 GB DDR4 2400 MHz.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Graphics
i) Intel UHD Graphics 630 GPU or AMD Radeon RX Vega 11 Graphics
d) Internal Solid State Device (SSD)
i) The SSD must be a minimum capacity of 256 GB.
ii) The SSD must an M.2 PCI Express and utilize the NVMe (Non-Volatile Memory
Express) interface.
e) Audio
i) The device must have a two channel high definition audio controller.
ii) The device must include a built-in speaker for the recreation of Windows generated
sound events.
f) Communications
i) The device must offer an optional, internal, wireless M.2 based 802.11 a/g/n/ac and
Bluetooth 4.1 combination adapter with integrated if requested.
ii) The device must have an internal Ethernet 10/100/1000 network adapter.
g) External Ports and Internal Expansion
The device must physically have the following expansion after configuration specified
herein:
Standing Offer E60EJ-11000C/EJ
Page 93 of 159
i) Six full sized USB type A or type C with USB 3.1 protocol. Two ports must appear on
the case front.
ii) One full sized RJ-45
iii) Two full-sized DisplayPort vers. 1.2 video ports
iv) Audio line in and line out or UAJ port. This must appear on the case front.
v) One internal M.2 expansion slot
vi) Two internal SATA vers. 3.0 storage connectors
vii) One internal PCIe x16 vers. 3.0 expansion slot
viii) One internal PCIe x1 vers. 3 expansion slot
ix) One internal 2.5 inch drive bay
h) Keyboard
i) The keyboard must be available in; English layout and bilingual layout (Microsoft CF)
with control keys in English and French, TBITS-5 Multi-lingual layout and English
layout.
i) Security and BIOS
The following are two distinct streams of security delineated as Advanced and Medium.
Depending on their level of compliance offerors may bid their proposed products in either
stream. Both security streams will co-exist in the categories previously defined. It will be at
the clients’ discretion to choose which stream is appropriate for the business needs and will
specify that stream prior to an RVD.
Accordingly the system must include the following hardware security devices and services:
Medium Security
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The case must include a Kensington lock slot or equivalent.
v) System or motherboard OEM (Original Equipment Manufacturer) created and supplied
BIOS/UEFI security features and related security utilities or management suite that
allow for the set-up and/or management of:
a. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader));
Advanced Security
vi) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0. allowable in tamper-proof discrete iterations only.
Standing Offer E60EJ-11000C/EJ
Page 94 of 159
vii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
viii) Absolute Data & Device Security (not-enabled)
ix) The case must include a Kensington lock slot or equivalent.
x) System unit OEM created and supplied BIOS/UEFI security features and related
security utilities that allow for the set-up and/or management of:
d. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader)).
e. System unit OEM must have in place a process for verifying the
authenticity and integrity of BIOS updates and a mechanism for ensuring
that the BIOS is protected from modification outside of that secure
update process. The update mechanism shall ensure that the BIOS
update image has been digitally signed and that the digital signature can
be verified using a key in the RTU (Root of Trust) before updating. The
system unit must be designed to permit only IT administrative (prohibiting
individual users) control over updates by counter-signing with an IT
administration controlled key. The secure update BIOS update process
described herein must conform to the ISO/IEC 19678:2015 standard;
f. System unit must be able to detect and provide notification when the
system BIOS has been corrupted and must recover from a backup
firmware image stored in a separate storage location from the primary
system BIOS (e.g., a second, internal NVRAM, a hidden partition on the
SSD or OEM provided and authorised USB key).
xi) System unit OEM must have available an image verification utility which must:
a. Verify the security and quality of the image prior to or following
deployment;
b. Verify the authenticity and OEM authorised source of installed device
drivers, firmware, patches and BIOS;
c. Identify issues and anomalies and recommend remediation;
d. Operate under Microsoft Windows 10 Pro;
e. Be authored and approved by the device OEM;
f. Be free of charge and be exclusively available from the OEMs’ support
web site or have the same utility available from the Microsoft App store.
xii) System unit OEM must have a mature and comprehensive Supply Chain Integrity
(SCI) process in place. This process must involve the mitigation of the infiltration of
fraudulent or counterfeit components as well as the mitigation of the introduction of
hardware-based threat vectors during the manufacturing process and throughout the
subsequent supply chain and delivery channel up to final delivery. This OEM
conducted process must:
a. Must mitigate the risk of maliciously tainted and counterfeited products
throughout the product life cycle, which encompasses the following
phases: design, sourcing, build, fulfilment and distribution.
b. Must adhere to and include the principals and be currently an active
participant in the development of at the least three of the following
Standing Offer E60EJ-11000C/EJ
Page 95 of 159
related international secure supply chain standards, initiatives and best
practices:
8) ISO/IEC 20243:2015 - Open Trusted Technology Provider Standard
(O-TTPS)
9) ISO 28000 – Supply Chain Resiliency
10) ISO – 15408 – Common Criteria
11) NIST 800-161 – Supply Chain Risk Management
12) NIST Cybersecurity Framework
13) TAPA – Transported Asset Protection Association
14) ISO 27036-1 Information technology – Security techniques
xiii) All bidders aspiring to the Advanced Security level (item v (b), v (c), vi, vii (a) and (b))
must submit proof in the form of currently existing technical manuals, technical
documentation, OEM written white papers, corporate attestations, client briefing
papers or corporate mission statements. Proof in the form of marketing presentations
or personal correspondence will be not accepted.
j) Power Supply
i) Internal power supply must be 80Plus Gold certified.
k) Case and Dimensions
i) The SFF external case must not exceed 13.5 litres.
l) Compatibility
i) All devices in this category must be Windows 10 Professional compatible.
6.3 Category 2.1D – Windows 7 Professional Compatible (SFF and Tower)
a) Processor and Chip Set
i) Intel 6th generation Core i5-6500 or AMD Pro A12-9800
ii) Intel Q270 chip set or Intel C236 chip set or AMD AM4 packaging
iii) All processors and chipset must include Intel VT-d and VT-x or AMD-v virtualisation.
iv) All processors and chipsets must include either Intel AMT or DMTF DASH.
v) Intel i7 or AMD Ryzen 7 processors will not be accepted and will be evaluated as noncompliant.
b) RAM
i) 8.0 GB DDR4 2133 MHz.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
Standing Offer E60EJ-11000C/EJ
Page 96 of 159
c) Graphics
i) Intel UHD Graphics 530 GPU or AMD Radeon R7
d) Internal Solid State Device (SSD)
i) The SSD must be a minimum capacity of 256 GB.
ii) The SSD must an M.2 device or SATA vers. 3.0 connected.
e) Audio
i) The device must have a two channel high definition audio controller.
ii) The device must include a built-in speaker for the recreation of Windows generated
sound events.
f) Communications
i) The device must offer an optional, internal, wireless M.2 based 802.11 a/g/n/ac and
Bluetooth 4.0 combination adapter with integrated if requested.
ii) The device must have an internal Ethernet 10/100/1000 network adapter.
g) External Ports and Internal Expansion
The device must physically have the following expansion after configuration specified herein:
i) Six full sized USB 3.0 type A or type C. Two ports must appear on the case front.
ii) One full sized RJ-45
iii) Two full-sized digital video ports, one of which must be DisplayPort vers. 1.2.
iv) Audio line in and audio line out or UAJ port. This must appear on the case front.
v) Two internal SATA vers. 3.0 storage connectors
vi) One internal PCIe x16 vers. 3.0 expansion slot
vii) One internal PCIe x1 expansion slot
viii) One internal 2.5 inch drive bay
h) Keyboard
i) The keyboard must be available in; English layout and bilingual layout (Microsoft CF)
with control keys in English and French, TBITS-5 Multi-lingual layout and English
layout.
i) Security and BIOS
The system must include the following hardware security devices and services:
Medium Security
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0.
Standing Offer E60EJ-11000C/EJ
Page 97 of 159
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The case must include a Kensington lock slot or equivalent.
j) Power Supply
i) Internal power supply must be 80Plus Bronze certified.
k) Case and Dimensions
i) The SFF external case must not exceed 13.5 litres.
ii) A tower case iteration must be made available if requested that contains the identical
internal components of the category 2.1 SFF specified herein as well as one vacant 5
¼ inch drive bay that will accommodate a removable drive carrier.
l) Compatibility
i) All devices in this category must be natively Windows 7 Professional and Windows 10
Professional compatible.
6.4 Category 3.0D – Tower Form Factor Desktop – Windows 10
a) Processor and Chip Set
i) Intel 8th generation Core i5-8500 or AMD Ryzen 5 Pro 1600
ii) Intel Q370 chip set or Intel C246 chipset or AMD B350 chipset
iii) All processors and chipset must include Intel VT-d and VT-x or AMD-v virtualization.
iv) All processors and chipsets must include either Intel AMT or DMTF DASH.
v) Processor upgrades to either the Intel Core i7-8700 or AMD Ryzen Pro 7 1800X must
be made available if requested.
b) RAM
i) 16.0 GB DDR4 2400 MHz.
ii) All RAM, default and optional must be manufactured by an ISO (International
Standards Organization) 9001 certified manufacturer. The ISO 9001 certification
applies to both the RAM chip manufacturer and the DIMM assembly manufacturer.
c) Graphics
i) Intel UHD Graphics 630 GPU or AMD Radeon R7 430 Graphics
ii) Discrete PCIe 16x video controller upgrades must be made available if requested. At a
minimum the controller must:
(A) have a PCIe 3.0 bus interface;
(B) have a minimum of 2.0 GB. dedicated video RAM;
(C) offer a minimum of two DisplayPort vers. 1.2 outputs;
Standing Offer E60EJ-11000C/EJ
Page 98 of 159
(D) capable of a 900 MHz. core clock rate
(E) support DirectX 12.0.
iii) Optional discrete video controllers must be supported by the power supply as bid.
d) Internal Solid State Device (SSD)
i) The SSD must be a minimum capacity of 256 GB.
ii) The SSD must an M.2 PCI Express and utilize the NVMe (Non-Volatile Memory
Express) interface.
e) Audio
i) The device must have a two channel high definition audio controller.
ii) The device must include a built-in speaker for the recreation of Windows generated
sound events.
f) Communications
i) The device must offer an optional, internal, wireless 802.11 a/g/n/ac and Bluetooth 4.0
combination adapter with integrated if requested.
ii) The device must have an internal Ethernet 10/100/1000 network adapter.
g) External Ports and Internal Expansion
The device must physically have the following expansion after configuration specified herein:
i) Six full sized USB type A or type C with USB 3.1 protocol. Two ports must appear on
the case front.
ii) One full sized RJ-45
iii) Two full-sized DisplayPort vers. 1.2 video ports (for default controller)
iv) Audio line in/microphone port and audio line out or UAJ port. These must appear on
the case front.
v) One internal M.2 expansion slot
vi) Two internal SATA vers. 3.0 storage connectors
vii) One internal PCIe x16 vers. 3.0 expansion slot
viii) One internal PCIe x1 expansion slot
ix) One internal 2 ½ inch drive bay
x) One external, front facing 5 ¼ drive bay.
h) Keyboard
i) The keyboard must be available in; English layout and bilingual layout (Microsoft CF)
with control keys in English and French, TBITS-5 Multi-lingual layout and English
layout.
Standing Offer E60EJ-11000C/EJ
Page 99 of 159
i) Security and BIOS
The following are two distinct streams of security delineated as Advanced and Medium.
Depending on their level of compliance offerors may bid their proposed products in either
stream. Both security streams will co-exist in the categories previously defined. It will be at
the clients’ discretion to choose which stream is appropriate for the business needs and will
specify that stream prior to an RVD.
Accordingly the system must include the following hardware security devices and services:
Medium Security
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The case must include a Kensington lock slot or equivalent.
v) System or motherboard OEM (Original Equipment Manufacturer) created and supplied
BIOS/UEFI security features and related security utilities or management suite that
allow for the set-up and/or management of:
a. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader));
Advanced Security
vi) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0. allowable in tamper-proof discrete iterations only.
vii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
viii) Absolute Data & Device Security (not-enabled)
ix) The case must include a Kensington lock slot or equivalent.
x) System unit OEM created and supplied BIOS/UEFI security features and related
security utilities that allow for the set-up and/or management of:
a. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader)).
b. System unit OEM must have in place a process for verifying the
authenticity and integrity of BIOS updates and a mechanism for ensuring
that the BIOS is protected from modification outside of that secure
update process. The update mechanism shall ensure that the BIOS
update image has been digitally signed and that the digital signature can
be verified using a key in the RTU (Root of Trust) before updating. The
system unit must be designed to permit only IT administrative (prohibiting
individual users) control over updates by counter-signing with an IT
administration controlled key. The secure update BIOS update process
described herein must conform to the ISO/IEC 19678:2015 standard;
c. System unit must be able to detect and provide notification when the
system BIOS has been corrupted and must recover from a backup
Standing Offer E60EJ-11000C/EJ
Page 100 of 159
firmware image stored in a separate storage location from the primary
system BIOS (e.g., a second, internal NVRAM, a hidden partition on the
SSD or OEM provided and authorised USB key).
xi) System unit OEM must have available an image verification utility which must:
a. Verify the security and quality of the image prior to or following
deployment;
b. Verify the authenticity and OEM authorised source of installed device
drivers, firmware, patches and BIOS;
c. Identify issues and anomalies and recommend remediation;
d. Operate under Microsoft Windows 10 Pro;
e. Be authored and approved by the device OEM;
f. Be free of charge and be exclusively available from the OEMs’ support
web site or have the same utility available from the Microsoft App store.
xii) System unit OEM must have a mature and comprehensive Supply Chain Integrity
(SCI) process in place. This process must involve the mitigation of the infiltration of
fraudulent or counterfeit components as well as the mitigation of the introduction of
hardware-based threat vectors during the manufacturing process and throughout the
subsequent supply chain and delivery channel up to final delivery. This OEM
conducted process must:
a. Must mitigate the risk of maliciously tainted and counterfeited products
throughout the product life cycle, which encompasses the following
phases: design, sourcing, build, fulfilment and distribution.
b. Must adhere to and include the principals and be currently an active
participant in the development of at the least three of the following
related international secure supply chain standards, initiatives and best
practices:
1) ISO/IEC 20243:2015 - Open Trusted Technology Provider Standard
(O-TTPS)
2) ISO 28000 – Supply Chain Resiliency
3) ISO – 15408 – Common Criteria
4) NIST 800-161 – Supply Chain Risk Management
5) NIST Cybersecurity Framework
6) TAPA – Transported Asset Protection Association
7) ISO 27036-1 Information technology – Security techniques
xiii) All bidders aspiring to the Advanced Security level (item v (b), v (c), vi, vii (a) and (b))
must submit proof in the form of currently existing technical manuals, technical
documentation, OEM written white papers, corporate attestations, client briefing
papers or corporate mission statements. Proof in the form of marketing presentations
or personal correspondence will be not accepted.
j) Power Supply
i) Internal power supply must be 80Plus Gold certified.
Standing Offer E60EJ-11000C/EJ
Page 101 of 159
k) Case and Dimensions
i) The case must have one vacant drive bay that will accommodate a removable drive
carrier.
l) Compatibility
i) All devices in this category must be Windows 10 Professional compatible.
Category 4.0D – High Performance 3D Simulation Desktop Computer
m) Processor and Chip Set
i) The default configuration must have a minimum Intel Core i7 7820X processor or AMD
Ryzen Threadripper 1920X processor
ii) The chip set must be the Intel X299 or AMD X399.
iii) The processor must operate at the CPU manufacturer's specified megahertz
frequency or rated speed, and return these results when queried with the CPU
identification utility.
iv) Processor specifications, features and values must be identical to the manufacturer's
published "reference design" standard. Specifications and values may not be achieved
through over-clocking or other means that depart from the manufacturer's published
"reference design" standard.
v) Processor upgrades and downgrades must be made available if requested. See
Annex B, LoD for specifics.
n) RAM
i) 32 GB of quad channel DDR4 2666 MHz RAM
ii) All RAM modules must be constructed of the same metal as found on the
motherboard RAM module sockets. There must not be dissimilar metals (i.e. gold
plated RAM module connectors and tin motherboard sockets).
iii) All RAM must be manufactured by an ISO (International Standards Organization)
9001 certified manufacturer. The ISO certification applies to the RAM module
manufacturing process.
iv) The device must be expandable to a minimum of 64 GB of RAM.
o) Internal Solid State Disk (SSD) and controller
i) The SSD must a 512 GB M.2 PCI Express utilize the NVMe (Non-Volatile Memory
Express) interface.
p) Graphics
i) The video controller must be based on either the Nvidia GTX 1080 or AMD Radeon
Vega 64
ii) Video card specifications, features and values must be identical to the manufacturer's
published "reference design" standard. Specifications and values may not be achieved
Standing Offer E60EJ-11000C/EJ
Page 102 of 159
through over-clocking or other means that depart from the manufacturer's published
"reference design" standard.
iii) (SLI or mGPU (Multi GPU) capable graphics card with the following attributes at a
minimum:
(A) 8.0GB of dedicated GDDR5 SDRAM; and
(B) Support DirecX 12.0
iv) Must provide 4 full-sized digital ports comprised of either DisplayPort 1.4 or HDMI
2.0b.
v) Video controller upgrades and downgrades must be made available if requested. See
Annex B, LoD for specifics.
q) Audio
i) The device must have a two channel high definition audio adapter.
r) Communications
i) The device must have an internal Ethernet 10/100/1000 network adapter.
s) Security and BIOS
The must include the following hardware security devices and services:
Medium Security
i) TPM (Trusted Platform Module) vers. 2.0.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The case must include a Kensington lock slot or equivalent.
v) System or motherboard OEM (Original Equipment Manufacturer) created and supplied
BIOS/UEFI security features and related security utilities or management suite that
allow for the set-up and/or management of:
b. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader));
t) External Ports and Internal Expansion
The device must physically have the following expansion after configuration:
i) Six full sized USB type A or type C with USB 3.1 protocol. Two ports must appear on
the case front.
ii) One full sized RJ-45
iii) Two full-sized (or mini with dongles converting of full size) digital video ports,
comprised of either HDMI 2.0 or DisplayPort 1.4.
iv) Audio UAJ port. This must appear on the case front.
Standing Offer E60EJ-11000C/EJ
Page 103 of 159
v) Two internal M.2 expansion slots
vi) Four internal SATA vers. 3.0 storage connectors.
vii) Five internal PCIe 3.0 expansion slots, two of which must be PCIe x16 vers. 3.0,
mGPU (Multi GPU) or SLI capable expansion slots,
viii) Four internal 2 ½ inch or 3 ½ inch drive bays.
u) Power Supply (PSU)
i) The PSU must supply a minimum 850 watts if 80 Plus Gold certified or 690 watts if
80Plus Platinum certified.
ii) The power supply must meet the 80Plus Gold or Platinum certification.
iii) The PSU must supply sufficient power cabling for two SLI or mGPU video controllers
and for each vacant drive bay specified in this annex.
iv) The power supply must adequately power a fully populated device (i.e. all drive bays
populated with HDD media, the maximum RAM expansion and 2 SLI or mGPU video
controllers as specified in this annex) in a non-overclocked state.
v) PSU downgrades must be made available if requested. See Annex B, LoD for
specifics
v) Case/Chassis
i) The case must be a tower form factor case of no less than 13 inches tall.
ii) The case must include individual cooling tunnels for the external heat ventilation of
CPU, GPU and PSU or the system must have a water cooled CPU heat ventilation
and appropriate case/chassis cooling fans.
iii) The case must include a Kensington lock slot or equivalent.
6.5 Category 5.0D – Single Processor Engineering Workstation
a) Processor and Chip Set
i) Intel Xeon W2145
ii) The processor must operate at the CPU manufacturer's specified megahertz
frequency or rated speed, and return these results when queried with the CPU
identification utility.
iii) Processor specifications, features and values must be identical to the manufacturer's
published "reference design" standard. Specifications and values may not be achieved
through overclocking or other means that depart from the manufacturer's published
"reference design" standard.
iv) The chip set must be the Intel C422.
v) Processor upgrades must be made available if requested. Please see RFSO
Appendix B LoD for specific models.
Standing Offer E60EJ-11000C/EJ
Page 104 of 159
vi) The NMSO holder is welcome to propose equivalent platforms based on AMD
processors during the life of the NMSO. The contract authority reserves the right to
determine equivalency at that time.
b) RAM
i) 32 GB DDR4 2666 MHz RAM populated RDIMM(s).
ii) All RAM must be manufactured by an ISO (International Standards Organization)
9001 certified manufacturer. The ISO certification applies to the RAM module
manufacturing process.
iii) All memory upgrades or their equivalents must be accessible for at least 3 years after
device purchase.
iv) The device must be expandable to a minimum of 256 GB of RAM. For Intel X-series
processor the minimum expandability must be 128 GB. RAM.
c) Internal Solid State Disk (SSD) and controller
i) The SSD must a 512 GB M.2 PCI Express 3.0x4 and utilize the NVMe (Non-Volatile
Memory Express) interface.
ii) Storage upgrades must be made available if requested. Please see RFSO Appendix B
LoD for specific models.
d) Video
Video card specifications, features and values must be identical to the manufacturer's
published "reference design" standard. Specifications and values may not be achieved
through over-clocking or other means that depart from the manufacturer's published
"reference design" standard.
i) Mid-range professional workstation graphics card
(A) A discrete PCI-Express 16x video controller based on a Nvidia Quadro P1000
or an AMD Radeon Pro WX 4100, both with a minimum of 4.0 GB of GDDR5
video RAM.
ii) Device must support two video controllers through PCIe G3 x16 expansions slots
iii) Various video controllers must be made available if requested. Please see RFSO
Annex B LoD for specific models.
e) Audio
i) The device must have a two channel high definition audio adapter.
f) Integrated 10/100/1000 Base TX Ethernet adapter with remote wake up and PXE
support
i) The device must have an internal Ethernet 10/100/1000 network adapter.
g) Security and BIOS
The must include the following hardware security devices and services:
Advanced Security
Standing Offer E60EJ-11000C/EJ
Page 105 of 159
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0. allowable in tamper-proof discrete iterations only.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The case must include a Kensington lock slot or equivalent.
v) System unit OEM created and supplied BIOS/UEFI security features and related
security utilities that allow for the set-up and/or management of:
a. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader)).
b. System unit OEM must have in place a process for verifying the
authenticity and integrity of BIOS updates and a mechanism for ensuring
that the BIOS is protected from modification outside of that secure
update process. The update mechanism shall ensure that the BIOS
update image has been digitally signed and that the digital signature can
be verified using a key in the RTU (Root of Trust) before updating. The
system unit must be designed to permit only IT administrative (prohibiting
individual users) control over updates by counter-signing with an IT
administration controlled key. The secure update BIOS update process
described herein must conform to the ISO/IEC 19678:2015 standard;
c. System unit must be able to detect and provide notification when the
system BIOS has been corrupted and must recover from a backup
firmware image stored in a separate storage location from the primary
system BIOS (e.g., a second, internal NVRAM, a hidden partition on the
SSD or OEM provided and authorised USB key).
vi) System unit OEM must have available an image verification utility which must:
a. Verify the security and quality of the image prior to or following
deployment;
b. Verify the authenticity and OEM authorised source of installed device
drivers, firmware, patches and BIOS;
c. Identify issues and anomalies and recommend remediation;
d. Operate under Microsoft Windows 10 Pro;
e. Be authored and approved by the device OEM;
f. Be free of charge and be exclusively available from the OEMs’ support
web site or have the same utility available from the Microsoft App store.
vii) System unit OEM must have a mature and comprehensive Supply Chain Integrity
(SCI) process in place. This process must involve the mitigation of the infiltration of
fraudulent or counterfeit components as well as the mitigation of the introduction of
hardware-based threat vectors during the manufacturing process and throughout the
subsequent supply chain and delivery channel up to final delivery. This OEM
conducted process must:
c. Must mitigate the risk of maliciously tainted and counterfeited products
throughout the product life cycle, which encompasses the following
phases: design, sourcing, build, fulfilment and distribution.
Standing Offer E60EJ-11000C/EJ
Page 106 of 159
d. Must adhere to and include the principals and be currently an active
participant in the development of at the least three of the following
related international secure supply chain standards, initiatives and best
practices:
8) ISO/IEC 20243:2015 - Open Trusted Technology Provider Standard
(O-TTPS)
9) ISO 28000 – Supply Chain Resiliency
10) ISO – 15408 – Common Criteria
11) NIST 800-161 – Supply Chain Risk Management
12) NIST Cybersecurity Framework
13) TAPA – Transported Asset Protection Association
14) ISO 27036-1 Information technology – Security techniques
viii) All bidders aspiring to the Advanced Security level (item v (b), v (c), vi, vii (a) and (b))
must submit proof in the form of currently existing technical manuals, technical
documentation, OEM written white papers, corporate attestations, client briefing
papers or corporate mission statements. Proof in the form of marketing presentations
or personal correspondence will be not accepted.
h) External Ports and Internal Expansion
The device must physically have the following interfaces before configuration:
i) Ten full sized USB ports, two ports must appear on the case front.
ii) Two PS/2 ports
iii) One full sized RJ-45
iv) Two full-sized digital video ports (or mini with dongles converting of full size)
v) Audio UAJ port. This must appear on the case front.
vi) Two internal M.2 expansion slots
vii) Six internal SATA vers. 3.0 storage connectors
viii) Five PCIe 3.0 expansion slots, two of which must be PCIe 3.0 16x.
ix) Four internal 2 ½ inch or 3 ½ inch drive bays
x) Two external, front facing drive bays.
i) Power Supply (PSU)
i) The power supply must supply a minimum 425 watts.
ii) The power supply must meet the 80Plus Gold certification.
iii) The configuration must run on 110-125 volts AC @ 60 Hz.
iv) Various PSUs must be made available if requested. Please see RFSO Annex B LoD
for specific models.
Standing Offer E60EJ-11000C/EJ
Page 107 of 159
j) Case/Chassis
i) The case must include a Kensington lock slot or equivalent.
6.6 Category 5.0D – Dual Processor Engineering Workstation
a) Processor and Chip Set
i) Intel Xeon Silver 4114
ii) The processor must operate at the CPU manufacturer's specified megahertz
frequency or rated speed, and return these results when queried with the CPU
identification utility.
iii) Processor specifications, features and values must be identical to the manufacturer's
published "reference design" standard. Specifications and values may not be achieved
through overclocking or other means that depart from the manufacturer's published
"reference design" standard.
iv) The chip set must be the Intel C621.
v) Processor upgrades must be made available if requested. Please see RFSO
Appendix B LoD for specific models.
vi) The NMSO holder is welcome to propose equivalent platforms based on AMD
processors during the life of the NMSO. The contract authority reserves the right to
determine equivalency at that time.
b) RAM
i) 32 GB DDR4 2666 MHz RAM populated RDIMM(s).
ii) All RAM must be manufactured by an ISO (International Standards Organization)
9001 certified manufacturer. The ISO certification applies to the RAM module
manufacturing process.
iii) All memory upgrades or their equivalents must be accessible for at least 3 years after
device purchase.
iv) The device must be expandable to a minimum of 384 GB of RAM.
c) Internal Solid State Disk (SSD) and controller
i) The SSD must a 512 GB M.2 PCI Express 3.0x4 and utilize the NVMe (Non-Volatile
Memory Express) interface.
ii) Storage upgrades must be made available if requested. Please see RFSO Appendix B
LoD for specific models.
d) Video
Video card specifications, features and values must be identical to the manufacturer's
published "reference design" standard. Specifications and values may not be achieved
through over-clocking or other means that depart from the manufacturer's published
"reference design" standard.
i) Mid-range professional workstation graphics card
Standing Offer E60EJ-11000C/EJ
Page 108 of 159
(A) A discrete PCI-Express 16x video controller based on a Nvidia Quadro P1000
or an AMD Radeon Pro WX 4100, both with a minimum of 4.0 GB of GDDR5
video RAM.
ii) Device must support two video controllers through PCIe G3 x16 expansions slots
iii) Various video controllers must be made available if requested. Please see RFSO
Annex B LoD for specific models.
e) Audio
i) The device must have a two channel high definition audio adapter.
f) Integrated 10/100/1000 Base TX Ethernet adapter with remote wake up and PXE
support
i) The device must have an internal Ethernet 10/100/1000 network adapter.
g) Security and BIOS
Advanced Security
i) Integrated embedded FIPS 140-2 compliant and TCG certified TPM (Trusted Platform
Module) vers. 2.0. allowable in tamper-proof discrete iterations only.
ii) All devices must have a NIST SP 800‐147 compliant, secure UEFI.
iii) Absolute Data & Device Security (not-enabled)
iv) The case must include a Kensington lock slot or equivalent.
v) System unit OEM created and supplied BIOS/UEFI security features and related
security utilities that allow for the set-up and/or management of:
a. Pre-boot and multi-factor authentication set up (if two levels of
authentication are deployed (e.g. boot password with PKI reader)).
b. System unit OEM must have in place a process for verifying the
authenticity and integrity of BIOS updates and a mechanism for ensuring
that the BIOS is protected from modification outside of that secure
update process. The update mechanism shall ensure that the BIOS
update image has been digitally signed and that the digital signature can
be verified using a key in the RTU (Root of Trust) before updating. The
system unit must be designed to permit only IT administrative (prohibiting
individual users) control over updates by counter-signing with an IT
administration controlled key. The secure update BIOS update process
described herein must conform to the ISO/IEC 19678:2015 standard;
c. System unit must be able to detect and provide notification when the
system BIOS has been corrupted and must recover from a backup
firmware image stored in a separate storage location from the primary
system BIOS (e.g., a second, internal NVRAM, a hidden partition on the
SSD or OEM provided and authorised USB key).
vi) System unit OEM must have available an image verification utility which must:
a. Verify the security and quality of the image prior to or following
deployment;
Standing Offer E60EJ-11000C/EJ
Page 109 of 159
b. Verify the authenticity and OEM authorised source of installed device
drivers, firmware, patches and BIOS;
c. Identify issues and anomalies and recommend remediation;
d. Operate under Microsoft Windows 10 Pro;
e. Be authored and approved by the device OEM;
f. Be free of charge and be exclusively available from the OEMs’ support
web site or have the same utility available from the Microsoft App store.
vii) System unit OEM must have a mature and comprehensive Supply Chain Integrity
(SCI) process in place. This process must involve the mitigation of the infiltration of
fraudulent or counterfeit components as well as the mitigation of the introduction of
hardware-based threat vectors during the manufacturing process and throughout the
subsequent supply chain and delivery channel up to final delivery. This OEM
conducted process must:
a. Must mitigate the risk of maliciously tainted and counterfeited products
throughout the product life cycle, which encompasses the following
phases: design, sourcing, build, fulfilment and distribution.
b. Must adhere to and include the principals and be currently an active
participant in the development of at the least three of the following
related international secure supply chain standards, initiatives and best
practices:
15) ISO/IEC 20243:2015 - Open Trusted Technology Provider Standard
(O-TTPS)
16) ISO 28000 – Supply Chain Resiliency
17) ISO – 15408 – Common Criteria
18) NIST 800-161 – Supply Chain Risk Management
19) NIST Cybersecurity Framework
20) TAPA – Transported Asset Protection Association
21) ISO 27036-1 Information technology – Security techniques
viii) All bidders aspiring to the Advanced Security level (item v (b), v (c), vi, vii (a) and (b))
must submit proof in the form of currently existing technical manuals, technical
documentation, OEM written white papers, corporate attestations, client briefing
papers or corporate mission statements. Proof in the form of marketing presentations
or personal correspondence will be not accepted.
h) External Ports and Internal Expansion
The device must physically have the following interfaces before configuration:
i) Ten full sized USB ports. Two ports must appear on the case front.
ii) Two PS/2 ports
iii) One full sized RJ-45
iv) Two full-sized digital video ports or mini digital ports to be supplied with dongles
converting to full-size
v) Audio UAJ port. This must appear on the case front.
Standing Offer E60EJ-11000C/EJ
Page 110 of 159
vi) Two internal M.2 expansion slots
vii) Six internal SATA vers. 3.0 storage connectors
viii) Five internal PCIe 3.0 expansion slots, two of which must be PCIe 16x 3.0.
ix) Four internal 2 ½ inch or 3 ½ inch drive bays
x) One external, front facing bays.
i) Power Supply (PSU)
i) The power supply must supply a minimum 900 watts.
ii) The power supply must meet the 80Plus Gold certification.
iii) The configuration must run on 110-125 volts AC @ 60 Hz.
j) Case/Chassis
i) The case must be a tower form factor case of no less than 13 inches tall.
ii) The case must include a Kensington lock slot or equivalent.
6.7 Category 1.0T – Stateless Thin Client
a) Processor and Chip Set
i) The Thin client must be a minimum 2.0 GHz. Dual-core Processor or 1.44 GHz. Quadcore processor
b) Memory – Flash / RAM
i) The thin client must include a minimum combination of 2GB. Flash and 2GB. of RAM.
c) Operating System and Protocol
i) The Stateless Thin Client must come with a Thin OS or a Linux Kernel and support the
following protocols:
(A) ICA
(B) Citrix HDX
(C) RDP/RDS
(D) PCoIP
(E) VMWare Blast
ii) The thin client OEM must have a server and/or cloud based management console
appropriate to the device bid which must:
(A) Create, clone and network “push” images, issue patches and updates;
(B) Manage user and/or device permissions and policies;
(C) Manage system health, asset tracking, monitor activity, device configuration;
Standing Offer E60EJ-11000C/EJ
Page 111 of 159
(D) Be common Criteria EAL2 or CC Protection Profile certified;
(E) Must be licensed to support an unlimited amount of devices
d) Video Controller
i) The video graphics controller must support a dual 1080P displays.
e) Ports
i) Two digital display ports
ii) 10/100/1000 Base-T Gigabit Ethernet
iii) Three USB ports , one of which must be version 3.0
iv) Audio in/out or UAJ port
f) Keyboard and Mouse
i) The keyboard must be available in; English layout and bilingual layout (Microsoft CF)
with control keys in English and French, TBITS-5 Multi-lingual layout and English
layout.
ii) The mouse must be 3 button with scroll function
g) Security
i) The zero client must have a built in Kensington (or equivalent) security slot.
6.8 Category 1.1T – Secure Stateless Thin Client with Fibre
a) Processor and Chip Set
i) The Thin client must be a minimum 2.4 GHz. Dual-core Processor or 1.44 GHz. Quadcore processor
b) Memory – Flash / RAM
i) The thin client must include a minimum combination of 2GB. Flash and 2GB. of RAM.
c) Operating System and Protocol
i) The Stateless Thin Client must come with a Thin OS or a Linux Kernel and support the
following protocols:
(A) ICA
(B) Citrix HDX
(C) RDP/RDS
(D) PCoIP
(E) VMWare Blast
ii) The thin client OEM must have a server and/or cloud based management console
appropriate to the device bid which must:
Standing Offer E60EJ-11000C/EJ
Page 112 of 159
(A) Create, clone and network “push” images, issue patches and updates;
(B) Manage user and/or device permissions and policies;
(C) Manage system health, asset tracking, monitor activity, device configuration;
(D) Be common Criteria EAL2 or CC Protection Profile certified;
(E) Must be licensed to support an unlimited amount of devices
d) Video Controller
i) The video graphics controller must support a dual 1080P displays.
e) Ports
i) Two digital display ports
ii) Gigabit Fiber NIC (ST, SC or LT connector)
iii) Three USB ports , one of which must be version 3.0
iv) Audio in/out or UAJ port
f) Keyboard and Mouse
i) The keyboard must be available in; English layout and bilingual layout (Microsoft CF)
with control keys in English and French, TBITS-5 Multi-lingual layout and English
layout.
ii) The mouse must be 3 button with scroll function
g) Security
i) The zero client must have a built in Kensigton (or equivalent) security slot
6.9 Category 2.0T – Windows 10 IoT Thin Client
a) Processor and Chip Set
i) The Thin client must include a minimum Quad core1.5 GHz. processor
b) Memory – Flash / RAM
i) The thin client must include a minimum combination of 32.0GB. Flash and 4GB. of
RAM.
c) Operating System and Protocol
i) The Thin Client’s operating system must be Windows 10 IoT and support the following
protocols:
(A) ICA
(B) Citrix HDX
(C) RDP/RDS
Standing Offer E60EJ-11000C/EJ
Page 113 of 159
(D) PCoIP
(E) VMWare Blast
ii) The thin client OEM must have a server and/or cloud based management console
appropriate to the device bid which must:
(A) Create, clone and network “push” images, issue patches and updates;
(B) Manage user and/or device permissions and policies;
(C) Manage system health, asset tracking, monitor activity, device configuration;
(D) Be common Criteria EAL2 or CC Protection Profile certified;
(E) Must be licensed to support an unlimited amount of devices
d) Video Controller
i) The video graphics controller must support a dual 1080P displays.
e) Ports
i) Two digital display ports
ii) 10/100/1000 Base-T Gigabit Ethernet
iii) Three USB ports , one of which must be version 3.0
iv) Audio in/out or UAJ port
f) Keyboard and Mouse
i) The keyboard must be available in; English layout and bilingual layout (Microsoft CF)
with control keys in English and French, TBITS-5 Multi-lingual layout and English
layout.
ii) The mouse must be 3 button with scroll function
g) Security
i) The zero client must have a built in Kensigton (or equivalent) security slot
6.10 Category 2.1T – Secure Windows 10 IoT Thin Client with Fibre
a) Processor and Chip Set
i) The Thin client must include a minimum Quad core1.5 GHz. processor
b) Memory – Flash / RAM
i) The thin client must include a minimum combination of 32.0GB. Flash and 4GB. of
RAM.
c) Operating System and Protocol
i) The Thin Client’s operating system must be Windows 10 IoT and support the following
protocols:
Standing Offer E60EJ-11000C/EJ
Page 114 of 159
(A) ICA
(B) Citrix HDX
(C) RDP/RDS
(D) PCoIP
(E) VMWare Blast
ii) The thin client OEM must have a server and/or cloud based management console
appropriate to the device bid which must: