Shared Services Canada IT Procurement
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.
Desktops/Workstations | ||||||
---|---|---|---|---|---|---|
1.0D Ultra Small Form Factor Desktop (USFF) - Windows 10 Professional | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Professional | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Professional | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Professional | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Professional | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Professional | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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) | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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) | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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) | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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) | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 | |
Panasonic | Panasonic 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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-Up Limitation SSC |
Dell Canada Inc. | Dell Latitude 7220KB | $3,125.00 | $2,990.70 | $25,000.00 | $400,000.00 | |
Panasonic | Panasonic Toughbook CF20 | $3,400.00 | $3,387.98 | $25,000.00 | $150,000.00 | |
Panasonic | Panasonic 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 Pro | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-Up Limitation SSC |
Dell Canada Inc. | Dell Latitude 7220TB | $2,721.00 | $2,415.69 | $25,000.00 | $400,000.00 | |
Panasonic | Panasonic 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. | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-Up Limitation SSC |
PureSpirIT Solutions. | Getac S410 | $2,328.08 | $2,734.57 | $25,000.00 | $400,000.00 | |
Panasonic | Panasonic 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 Client | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Fibre | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Client | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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 Fibre | Offeror | Product Name | Price | Evaluation Price | Call-Up Limitation Identified Users | Call-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/EJ | Item # | Item Name | ||||
HW-SO-C-WIR-CIA.8175.1.C | Wi-Fi card 802.11ac + BlueTooth M.2 2230 with antenna cables, Intel, 215866 + 2x213969 | |||||
HW-SO-C-M24-CIA.8175.1.C | 24 inch Wide monitor with 1920x1080 resolution, Philips, 241B8EQJEB - 217375 | |||||
HW-SO-C-M24H-CIA.8175.2.C | 24 inch Wide monitor with 2560x1440 resolution, Philips, 245B1 - 221363 | |||||
HW-SO-C-M27-CIA.8175.3.C | 27 inch Wide monitor with 2560x1440 resolution, Philips, 275B1 - 221291 | |||||
HW-SO-C-M27H-CIA.8175.4.C | 27 inch Wide monitor with 3840x2160 resolution, Philips, 272P7VUBNB - 218649 | |||||
HW-SO-C-M32-CIA.8175.5.C | 32 inch Wide monitor with 3840x2160 resolution UHD HDMI - DP - USB 3.0 HUB, Samsung , S32A804NMN | |||||
HW-SO-C-RAM-CIA.8175.1.C | 8GB DIMM DDR4 2666MHz non-ecc, Kingston, 213116 | |||||
HW-SO-C-RAM-CIA.8175.2.C | 16GB DIMM DDR4 2666MHz non-ecc, Kingston, 213117 | |||||
HW-SO-C-IHDD-CIA.8175.1.C | Western Digital 256GB SN530 M.2 NVMe SSD (SDBPNPZ-256G), 221846 | |||||
HW-SO-C-IHDD-CIA.8175.2.C | Micron 2300 512GB M.2 NVMe x4 SSD (MTFDHBA512TDV-1AZ1AABYY), 222831 | |||||
HW-SO-C-IHDD-CIA.8175.3.C | Micron 2300 1TB M.2 NVMe x4 SSD (MTFDHBA1T0TDV-1AZ1AABYY), 222832 | |||||
HW-SO-C-IHDD-CIA.8175.4.C | WD SA530 SSD, 512 Gb, SATA3, 2.5in. SDASB8Y-512G (M.2 available on request), Western Digital , 217772 | |||||
HW-SO-C-IHDD-CIA.8175.5.C | WD SA530 SSD, 1TB, SATA3, 2.5in.-SDASB8Y-1T00 (M.2 available on request), Western Digital , 218830 | |||||
HW-SO-C-IHDD-CIA.8175.6.C | 1300 256GB 2.5in. OPAL 2 SED SSD (MTFDDAK256TDL-1AW12ABYY), Micron, 218155 | |||||
HW-SO-C-IHDD-CIA.8175.7.C | Internal SSD 1300 512GB 2.5in. OPAL 2 SED, Micron, 218158 | |||||
HW-SO-C-OPD-CIA.8175.1.C | 24x DVD+-RW Black SATA (GH24NSC0) internal, LG, 207216 | |||||
HW-SO-C-USB-CIA.8175.1.C | USB 3.2 DataTraveler Exodia 32GB (DTKN-32GB), Kingston, 222803 | |||||
HW-SO-C-USB-CIA.8175.2.C | USB 3.2 DataTraveler Exodia 64GB (DTKN-64B), Kingston, 222804 | |||||
HW-SO-C-USB-CIA.8175.3.C | USB 3.2 DataTraveler Exodia 32GB (DTKN-128GB), Kingston, 222805 | |||||
HW-SO-C-EUSB-CIA.8175.1.C | Enc. USB Key 16GB DataTraveler 4000G2 w-mgmt FIPS 140-2 level 3 certified, Kingston, 212460 | |||||
HW-SO-C-EUSB-CIA.8175.2.C | Enc. USB Key 32GB DataTraveler 4000G2 w-mgmt FIPS 140-2 level 3 certified, Kingston, 212461 | |||||
HW-SO-C-EUSB-CIA.8175.3.C | Enc. USB Key 64GB DataTraveler 4000G2 w-mgmt FIPS 140-2 level 3 certified, Kingston, 215905 | |||||
HW-SO-C-KEY-CIA.8175.1.C | Keyboard TBITS-5 Multilingual (KBS225T5-USB-BL), Solidus, 10900 | |||||
HW-SO-C-KEY-CIA.8175.2.C | Keyboard Wired 600 English, Microsoft, 51826 | |||||
HW-SO-C-KEY-CIA.8175.3.C | Keyboard bilingual BLACK, USB with bilingual function keys, Solidus, 200974 | |||||
HW-SO-C-MOS-CIA.8175.1.C | Basic Optical Mouse, Microsoft, 20999 | |||||
HW-SO-C-MOS-CIA.8175.2.C | Wireless Mobile Mouse 1850 (U7Z-00002), Microsoft, 215868 | |||||
HW-SO-C-MOS-CIA.8175.3.C | Bluetooth Mobile Mouse 3600 (PN7-00002), Microsoft, 215869 | |||||
HW-SO-U-IMCR-CIA.8175.1.C | Startech 22 in 1 media card reader for 3.5 inch bay - 35FCREADBK3, Startech , 204622 | |||||
HW-SO-U-MISACC-CIA.8175.3.C | Rack mount kit for Ciara Horizon 8175 - 8275 chassis - 1907-3-000-03, Kendall Howard, 218233 | |||||
HW-SO-U-MISACC-CIA.8175.4.C | External LED debug card for motherboard troubleshooting - LPC Dubug Card, ASUS , 218617 | |||||
HW-SO-U-MISACC-CIA.8175.5.C | 60mm dust filter for Ciara Horizon 8175 - CCFF6CM, Coolcox , 218660 | |||||
HW-SO-U-MISACC-CIA.8175.6.C | Ergo Touchpad - ETP001ETP, Ergo Touchpad , 222057 | |||||
HW-SO-U-MISACC-CIA.8175.7.C | Extra Large Ergo Touchpad - ETP001ELTP, Ergo Touchpad , 222058 | |||||
HW-SO-U-MISACC-CIA.8175.8.C | Precision Touchpad - ETP001PTP, Ergo Touchpad , 222059 | |||||
HW-SO-U-MISACC-CIA.8175.9.C | X-keys XK-16 stick,backlit, PI Engineering , XK-0981-UCK16-R | |||||
HW-SO-U-AMON-CIA.8175.10.C | GeChic On-Lap 1503E 15.6 inch mobile monitor, 1920x1080, HDMI - USB-C, GeChic, 1503E | |||||
HW-SO-U-KVM4S-CIA.8175.11.C | Vertiv-Cybex SC840D 4-port Secure Desktop KVM DP&HDMI KVM, Vertiv , SC840D-001 | |||||
HW-SO-U-KVMC-CIA.8175.12.C | Vertiv 6ft Cable assembly 1-DP - 1-USB - 1-Audio (for Cybex SC840D), Vertiv , CBL0102 | |||||
HW-SO-U-KVM8S-CIA.8175.13.C | Vertiv-Cybex SCM185DP Single-Head Secure KVM, 8x2, 8DP ports in-2 DP out, DPP, Vertiv , SCM185DP-001 | |||||
HW-SO-U-KVMC-CIA.8175.14.C | Vertiv 6ft Cable assembly 2xUSB Type B - audio 3.5mm - 20 DP Male, Vertiv , CBL0104 | |||||
HW-SO-U-KVM2S-CIA.8175.15.C | Vertiv-Cybex SC820D 2-Port DP single-head Seccure KVM, USB 2.0 - Audio, Vertiv , SC820D-001 | |||||
HW-SO-U-KVMC-CIA.8175.16.C | Vertiv 6ft Cable assembly 1xDP - 1xUSB Type A - audio 3.5mm, Vertiv , CBL0102 | |||||
HW-SO-U-KVM4S-CIA.8175.17.C | Vertiv-Cybex SC945 4-port DVI-I DH Secure Desktop KVM DPP, Vertiv , SC945-001 | |||||
HW-SO-U-KVMC-CIA.8175.18.C | Vertiv 6ft Cable assembly 2-DVI-I - 2-USB - 1-Audio (for Cybex SC945), Vertiv , CBL0148 | |||||
HW-SO-U-HPH-CIA.8175.19.C | Microsoft LifeChat LX-3000 Headset (JUG-0001X), Microsoft , 216735 | |||||
HW-SO-U-CAM-CIA.8175.20.C | Microsoft LifeCam Cinema for Business - 720P (6CH-00001), Microsoft , 6CH-00001 | |||||
HW-SO-U-KYBMSE-CIA.8175.21.C | Kensington Pro Fit Ergo Wireless Keyboard and mouse (75406), Kensington , 223579 | |||||
HW-SO-U-MNT-CIA.8175.22.C | Kensington SmartFit One-Touch Height Adjust Dual Monitor arm (55471), Kensington , 223580 | |||||
HW-SO-U-KVM2-CIA.8175.23.C | IOGEAR 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 - 222147 | Item# | Item Name | ||||
HW-SO-C-M24-CIA.540.1.C | 24 inch Wide monitor with 1920x1080 resolution, HDMI - DP 2 x USB, no audio, Samsung , F24T45 - 222147 | |||||
HW-SO-C-M24H-CIA.540.2.C | 24 inch Wide monitor with 2560x1440 resolution Samsung S24A608U, Samsung , 223732 | |||||
HW-SO-C-M27-CIA.540.3.C | 27 inch Wide monitor with 2560x1440 resolution, S27A600U, Samsung , 223008 | |||||
HW-SO-C-M27H-CIA.540.4.C | 27 inch Wide monitor with 3840x2160 resolution, S27A804U, Samsung , 223009 | |||||
HW-SO-C-M32-CIA.540.5.C | 32 inch Wide monitor with 2560x1440 resolution (S32A600U), Samsung, 222079 | |||||
HW-SO-C-M34-CIA.540.6.C | 34 inch Wide Curved Monitor with 3440x1440 resolution, Philips , 346E2CUAE - 221689 | |||||
HW-SO-C-RAM-CIA.540.1.C | 8GB DIMM DDR4 2666MHz Non-ecc, Crucial, 213118 | |||||
HW-SO-C-RAM-CIA.540.2.C | 16GB DIMM DDR4 2666MHz Non-ecc, Crucial, 213119 | |||||
HW-SO-C-IHDD-CIA.540.1.C | Internal HDD Barracuda 2Tb, 7200rpm, 64Mb, SATAIII, 600Mb-s, Seagate, 211015 | |||||
HW-SO-C-IHDD-CIA.540.2.C | WD SA530 SSD, 512 Gb, SATA3, 2.5in. SDASB8Y-512G (M.2 available on request), Western Digital , 217772 | |||||
HW-SO-C-IHDD-CIA.540.3.C | WD SA530 SSD, 1TB, SATA3, 2.5in.-SDASB8Y-1T00 (M.2 available on request), Western Digital , 218830 | |||||
HW-SO-C-IHDD-CIA.540.4.C | Crucial MX500 SSD, 2TB SATA3 2.5 inch (CT2000MX500SSD1), Crucial , 214521 | |||||
HW-SO-C-OPD-CIA.540.1.C | 16x Blu-Ray DVD Writer internal model WH16NS40, LG, 213461 | |||||
HW-SO-C-OPD-CIA.540.2.C | 24x DVD+-RW Black SATA (GH24NSC0) internal, LG, 207216 | |||||
HW-SO-C-WIR-CIA.540.1.C | Wi-Fi Card FV-102 + Intel Wireless AC 8265, Fenvi, 215865+215866 | |||||
HW-SO-C-EHDD-CIA.540.1.C | My Book 4TB (WDBBGB0040HBK) USB external HDD, Western Digital, 215910 | |||||
HW-SO-C-EHDD-CIA.540.2.C | My Book 6TB (WDBBGB0060HBK) USB external HDD, Western Digital, 215912 | |||||
HW-SO-C-EHDD-CIA.540.3.C | My Book 8TB (WDBBGB0080HBK) USB external HDD, Western Digital, 215915 | |||||
HW-SO-C-USB-CIA.540.1.C | USB 3.2 DataTraveler Exodia 32GB (DTX-32GB), Kingston, 222792 | |||||
HW-SO-C-USB-CIA.540.2.C | USB 3.2 DataTraveler Exodia 32GB (DTX-64B), Kingston, 222794 | |||||
HW-SO-C-USB-CIA.540.3.C | USB 3.2 DataTraveler Exodia 32GB (DTX-128GB), Kingston, 222796 | |||||
HW-SO-C-EUSB-CIA.540.1.C | Enc. USB Key 16GB D300 w-mgmt FIPS 140-2 level 3 certified, Ironkey, 215975 | |||||
HW-SO-C-EUSB-CIA.540.2.C | Enc. USB Key 32GB D300 w-mgmt FIPS 140-2 level 3 certified, Ironkey, 215974 | |||||
HW-SO-C-EUSB-CIA.540.3.C | Enc. USB Key 64GB D300 w-mgmt FIPS 140-2 level 3 certified, Ironkey, 216295 | |||||
HW-SO-C-KEY-CIA.540.1.C | Keyboard TBITS-5 Multilingual (KBS225T5-USB-BL), Solidus, 10900 | |||||
HW-SO-C-KEY-CIA.540.2.C | Keyboard Wired 600 English, Logitech, 58884 | |||||
HW-SO-C-KEY-CIA.540.3.C | Keyboard bilingual BLACK, USB with bilingual function keys, Solidus, 200974 | |||||
HW-SO-C-MOS-CIA.540.1.C | B100 USB Optical Mouse, Logitech, 56915 | |||||
HW-SO-C-MOS-CIA.540.2.C | Wireless Mobile Mouse 1850 (U7Z-00002), Microsoft, 215868 | |||||
HW-SO-C-MOS-CIA.540.3.C | Bluetooth Mobile Mouse 3600 (PN7-00002), Microsoft, 215869 | |||||
HW-SO-U-IHDD-CIA.540.2.C | Samsung 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.C | Samsung 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.C | Samsung 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.C | 500GB Western Digital Blue 2.5 inch SSD, SATAIII 6GB-s (VWDS500G2B0A), Western Digital , 214921 | |||||
HW-SO-U-RHDD-CIA.540.6.C | CRU 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.C | Jabra Evolve 40 MS-UC Stereo Headset (6399-823-x09), Jabra , 221545 | |||||
HW-SO-U-HPH-CIA.540.8.C | Logitech H540 USB stereo Headset, wired (981-000510), Logitech , 221543 | |||||
HW-SO-U-CAM-CIA.540.10.C | Polycom Eagleeye Mini HD Vidoe Conference, Polycom , 7200-84990-001 | |||||
HW-SO-U-AMON-CIA.540.11.C | Samsung 49" Curved 32-9 Ultra Wide LED, 3840x1080 - DP-HDMI- USB-audio, (C49J89), Samsung , 222806 | |||||
HW-SO-U-SPK-CIA.540.12.C | Jabra Speak 410 USB Conference Speakerphone (7410-109), Jabra , 201559 | |||||
HW-SO-U-HPH-CIA.540.13.C | Jabra Evolve 65 Wireless, Bluetooth Headset, Link 370 w-charging Stand UC-MS, Jabra , 6599-823-*99 | |||||
HW-SO-U-CAM-CIA.540.14.C | Logitech C920e Webcam 1080p AutoFocus Mic Disabled, Privacy shade(960-001384), Logitech , 223402 | |||||
HW-SO-U-CAM-CIA.540.15.C | Logitech Brio 4K Webcam 5x Zoom, Privacy shade (960-001105), Logitech , 223401 | |||||
HW-SO-U-AMON-CIA.540.16.C | Samsung S24A400V 24 inch LED 1920x1080, DP - HDMI - VGA USB, audio WebCam-mic, Samsung , 223400 | |||||
HW-SO-U-CAM-CIA.540.17.C | Logitech C930e webcam 1080p, 4x zoom w-privacy shutter (960-000971), Logtitech , 223447 | |||||
HW-SO-U-LOK-CIA.540.18.C | Kensington 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.C | Asus Dual GeForce RTX 3060v2 12GB DDR6, HDMI - DP-3 (DUAL-RTX3060-O12G-V2), ASUS , 223449 | |||||
HW-SO-U-VID-CIA.540.20.C | Asus Dual GeForce GTX 1660 Super OC 6GB GDDR6 DVI - HDMI - DP (DUAL-GTX1660S-O6G-EVO), ASUS , 220820 | |||||
HW-SO-U-IHDD-CIA.540.21.C | Seagate SkyHawk AI - Hard Drive 12TB - STATA 6GB-s (ST12000VE001), Seagate , 223557 | |||||
HW-SO-U-IHDD-CIA.540.22.C | Seagate SkyHawk Surveillance Hard Drive 1TB SATA 6GB-s (ST1000VX005), Seagate , 223558 | |||||
HW-SO-U-IHDD-CIA.540.23.C | Seagate FireCuda 120 1TB SSD SATA III 6GB-s (ZA1000GM1A001), Seagate , 223559 | |||||
HW-SO-U-FPR-CIA.540.24.C | Kensington VeriMark Guard USB-A Fingerprint reader Security Key (64708), Kensington , 223578 |
PSM4- Personal Device, Single Function, Mono, A4. | |||||||||
---|---|---|---|---|---|---|---|---|---|
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | BIZHUB 4000i | $288.65 | 30 | 250 | NA | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh SP 3710DN | $417.20 | 30 | 250 | NA | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox VersaLink B400 | $890.00 | 30 | 250 | NA | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
PMM4- Personal Devices, Multiple Function, Mono, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Xerox Canada | Xerox WorkCentre 3335 | $625.00 | 20 | 250 | 25 | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Konica Minolta | Lexmark MX521ADE | $625.36 | 20 | 250 | 25 | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh SP 4510SF | $627.10 | 20 | 250 | 25 | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
PMC4- Personal Devices, Multiple Function, Color, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | Lexmark CX622ADE | $804.20 | 20 | 250 | 25 | $0.01 | $0.06 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh IM C300F | $1,204.92 | 20 | 250 | 25 | $0.01 | $0.06 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox VersaLink C405 | $1,780.00 | 20 | 250 | 25 | $0.01 | $0.07 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
SSM4- Small Workgroup, Single Function, Mono, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Ricoh Canada | Ricoh P502 | $725.74 | 40 | 750 | NA | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Konica Minolta | bizhub 4050i | $1,031.26 | 40 | 750 | NA | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox VersaLink B400 | $1,048.00 | 40 | 750 | NA | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
SSC3- Small Workgroup, Single Function, Color, A3. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub C300i | $2,660.01 | 30 | 750 | NA | $0.01 | $0.05 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh SP C840 | $2,140.81 | 30 | 750 | NA | $0.01 | $0.06 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox VersaLink C8000 | $2,885.00 | 30 | 750 | NA | $0.02 | $0.09 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
SMC4- Small Workgroup, Multiple Function, Color, A4 | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub C3350i | $1,545.84 | 30 | 750 | 50 | $0.01 | $0.05 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh IM C300F | $1,394.85 | 30 | 750 | 50 | $0.01 | $0.06 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox HP M578dn | $2,045.00 | 30 | 750 | 50 | $0.01 | $0.07 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
SMC3- Small Workgroup, Multiple Function, Color, A3 | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub C300i | $2,660.01 | 30 | 1000 | 50 | $0.01 | $0.05 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh IM C3000 | $3,990.28 | 30 | 1000 | 50 | $0.01 | $0.05 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | AltaLink C8130 | $3,700.00 | 30 | 1000 | 50 | $0.01 | $0.06 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
MSC4- Medium Workgroup, Single Function, Color, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Ricoh Canada | Ricoh P C600 | $902.32 | 40 | 1000 | NA | $0.01 | $0.05 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Konica Minolta | Lexmark CS720DTE | $1,072.51 | 40 | 1000 | NA | $0.01 | $0.06 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox VersaLink C500 | $1,150.00 | 40 | 1000 | NA | $0.02 | $0.10 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
MMM4- Medium Workgroup, Multiple Function, Mono, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Ricoh Canada | Ricoh IM 430Fb | $1,053.12 | 40 | 1000 | 50 | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Konica Minolta | bizhub 4050i | $1,031.26 | 40 | 1000 | 50 | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | HP M528dn | $2,215.00 | 40 | 1000 | 50 | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
MMM3- Medium Workgroup, Multiple Function, Mono, A3. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub 450i | $3,201.10 | 40 | 1500 | 50 | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh IM 4000 | $3,296.29 | 40 | 1500 | 50 | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | AltaLink B8145 | $4,285.00 | 40 | 1500 | 50 | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
MMC4- Medium Workgroup, Multiple Function, Color, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub C4050i | $1,836.20 | 40 | 1000 | 50 | $0.01 | $0.05 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh IM C400F | $1,929.58 | 40 | 1000 | 50 | $0.01 | $0.05 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox HP M578dn | $3,110.00 | 40 | 1000 | 50 | $0.01 | $0.07 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
MMC3- Medium Workgroup, Multiple Function, Color, A3. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Ricoh Canada | Ricoh IM C4500 | $3,070.61 | 40 | 1500 | 50 | $0.00 | $0.04 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Konica Minolta | bizhub C450i | $3,195.51 | 40 | 1500 | 50 | $0.00 | $0.04 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | AltaLink C8145 | $3,850.00 | 40 | 1500 | 50 | $0.01 | $0.04 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
more info | |||||||||
LSM4- Large Workgroup, Single Function, Mono, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Xerox Canada | Xerox VersaLink B610 | $1,188.00 | 60 | 1000 | NA | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh SP 5310DN | $1,218.35 | 60 | 1000 | NA | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Konica Minolta | Lexmark MS826DE | $1,101.22 | 60 | 1000 | NA | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
LMM4- Large Workgroup, Multiple Function, Mono, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Ricoh Canada | Ricoh IM 600SRF | $2,250.00 | 50 | 2000 | 75 | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Konica Minolta | bizhub 4750i | $1,324.30 | 50 | 2000 | 75 | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | Xerox VersaLink B605 | $2,215.00 | 50 | 2000 | 75 | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
LMM3- Large Workgroup, Multiple Function, Mono, A3. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub 550i | $3,806.00 | 50 | 2000 | 75 | $0.01 | 1 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | AltaLink B8155 | $4,395.00 | 50 | 2000 | 75 | $0.01 | 2 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | IM 5000 | $4,077.24 | 50 | 2000 | 75 | $0.01 | 3 | Purchase | |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
LMC4- Large Workgroup, Multiple Function, Color, A4. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub C550i | $3,482.11 | 50 | 2000 | 75 | $0.00 | $0.04 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | AltaLink C8155 | $4,100.00 | 50 | 2000 | 75 | $0.00 | $0.03 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | IM C530Fb | $3,033.10 | 50 | 2000 | 75 | $0.01 | $0.06 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
LMC3- Large Workgroup, Multiple Function, Color, A3. | |||||||||
Offeror | Product Name | Purchase Price | Speed (PPM) | Total Sheet Capacity | Originals Doc. Feeder | CPI B&W Ceiling Price | CPI Colour Ceiling Price | Rank | Ordering Options |
Konica Minolta | bizhub C550i | $3,482.11 | 50 | 2000 | 75 | $0.00 | $0.04 | 1 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Xerox Canada | AltaLink C8155 | $4,100.00 | 50 | 2000 | 75 | $0.00 | $0.03 | 2 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
48mth lease | |||||||||
60mth lease | |||||||||
Ricoh Canada | Ricoh IM C6000 | $6,417.61 | 50 | 2000 | 75 | $0.01 | $0.04 | 3 | Purchase |
24mth lease | |||||||||
36mth lease | |||||||||
C4030- Flatbed, Duplex Scanning, 30 PPM, A4 | |||||||||
Offeror | Product Name | Price | PMK Price | Speed (PPM) | Automatic Document Feeder (PPM) | Annual Duty Cycle | PMK Yield | Rank | |
Ricoh Canada | Fujitsu f - 7260 w/Flatbed | $746.49 | $60.00 | 30 | 50 | 65000 | 200000 | 1 | |
Konica Minolta | S2040 + legal flatbed | $740.40 | $70.25 | 30 | 50 | 65000 | 200000 | 2 | |
Xerox Canada | Xerox Documate 5540 Scanner | $2,021.25 | $189.00 | 30 | 50 | 65000 | 200000 | 3 | |
more info | |||||||||
C4040- Departmental - 1, Duplex Scanning, 40 PPM, A4 | |||||||||
Offeror | Product Name | Price | PMK Price | Speed (PPM) | Automatic Document Feeder (PPM) | Annual Duty Cycle | PMK Yield | Rank | |
Ricoh Canada | Fujitsu fi - 7140 | $488.25 | $60.00 | 40 | 50 | 195000 | 200000 | 1 | |
Konica Minolta | S2040 | $453.18 | $70.25 | 40 | 50 | 195000 | 200000 | 2 | |
Xerox Canada | Xerox Documate 6440 Scanner | $719.25 | $204.75 | 40 | 50 | 195000 | 200000 | 3 | |
C3080- Departmental - 2, Duplex Scanning, 80 PPM, A3 | |||||||||
Offeror | Product Name | Price | PMK Price | Speed (PPM) | Automatic Document Feeder (PPM) | Annual Duty Cycle | PMK Yield | Rank | |
Ricoh Canada | Fujitsu fi-7600 | $3,033.60 | $290.70 | 80 | 200 | 325000 | 1000000 | 1 | |
Konica Minolta | S3100 | $3,183.33 | $186.00 | 80 | 200 | 325000 | 1000000 | 2 | |
Xerox Canada | Xerox W110 Scanner | $6,620.00 | $287.00 | 80 | 200 | 325000 | 1000000 | 3 | |
C3100- High Volume, Duplex Scanning, 100 PPM, A3 | |||||||||
Offeror | Product Name | Price | PMK Price | Speed (PPM) | Automatic Document Feeder (PPM) | Annual Duty Cycle | PMK Yield | Rank | |
Konica Minolta | S3100 | $3,183.33 | $186.00 | 100 | 200 | 650000 | 1000000 | 1 | |
Ricoh Canada | Fujitsu fi7600 | $3,033.60 | $290.70 | 100 | 200 | 650000 | 1000000 | 2 | |
Xerox Canada | Xerox W110 Scanner | $6,620.00 | $287.00 | 100 | 200 | 650000 | 1000000 | 3 |
ACT Inc. (http://www.chippewa.ca/iPadNMSO/) - NMSO: E60EJ-11000C/015/EJ | |
---|---|
Indigenous Reseller | PBN: |
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 Reseller | PBN: |
Daawe Enterprises Incorporated | 753293075PG0001 |
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 Reseller | PBN: |
Miskwaa Technologies Incorporated | 802861336PG0001 |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Hypertec Systèmes Ottawa | 102439825PG0002 |
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 Reseller | PBN: |
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 Reseller | PBN: |
Tankatek | 840910012PG0001 |
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 | |
Reseller | PBN: |
CDW Canada | 878146000RT0001 |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
Donna Cona | 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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Integra Networks | 103349619PG0001 |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
PureLogicIT Solutions | 805607215PG0001 |
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 Reseller | PBN: |
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 Reseller | PBN: |
Shaymas Info Systems Corporation | 872666292PG0002 |
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 | |
Reseller | PBN: |
Softchoice LP | 124209297PG0002 |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
CDW Canada | 878146000PG0001 |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Compuzonic | 820107142PG0001 |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Hypertec Systèmes Ottawa | 102439825PG0002 |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Phaselock Systems | 135466142PG0001 |
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 | |
Reseller | PBN: |
Printers Plus | 742542495PG0001 |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
Softchoice Corp | 124209297PG0001 |
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 Reseller | PBN: |
Tankatek | 840910012PG0001 |
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 Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Grand & Toy | 894032192PG0014 |
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 | |
Reseller | PBN: |
Integra Networks Corporation | 103349619 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 | |
Reseller | PBN: |
Island Key Computers | 125628750PG0001 |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
OnX Enterprise Solutions LTD | 838058923PG0003 |
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 | |
Reseller | PBN: |
Phaselock Systems | 135466142PG0001 |
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 | |
Reseller | PBN: |
Printers Plus | 898804158PG0001 |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Hypertec Systèmes Ottawa | 102439825PG0002 |
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 | |
Reseller | PBN: |
IBM Canada | 102444452RC0008 |
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 Reseller | PBN: |
Info DL | 1212371819RT001 |
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 | |
Reseller | PBN: |
Integra Networks | 103349619PG0001 |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Laurier Computers | 897714846PG001 |
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 | |
Reseller | PBN: |
Microserve Business Computers | 122892110PG0001 |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
Phaselock Systems | 135466142RC0001 |
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 | |
Reseller | PBN: |
Printers Plus | 742540495PG0001 |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
Quadbridge | 852726959PG0001 |
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 | |
Reseller | PBN: |
SHI Canada | 813594017PG0003 |
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 | |
Reseller | PBN: |
Softchoice LP | 837142579RT0001 |
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 Reseller | PBN: |
Tankatek | 840910012PG0001 |
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 Reseller | PBN: |
Telecom Computers | 122634165PG0002 |
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 Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Reseller | PBN: |
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 | |
Indigenous Reseller | PBN: |
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 | |
Reseller | PBN: |
Hypertec Systems Inc | 102439825PG0002 |
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 | |
Reseller | PBN: |
Island Key Computer LTD | 125628750PG0001 |
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 Resellers | PBN: |
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 Reseller | PBN: |
Tankatek | 840910012PG0001 |
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 | |
Reseller | PBN: |
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 Reseller | PBN: |
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 | |
Reseller | PBN: |
PureLogicIT Solutions | 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 Reseller | PBN: |
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 Reseller | PBN: |
Tankatek | 840910012PG0001 |
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 Reseller | PBN: |
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 | |
IndigenousReseller | PBN: |
Donna Cona | 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 | |
Indigenous Reseller | PBN: |
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 Reseller | PBN: |
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 |
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 |
Coming Soon!
Coming Soon!
Coming Soon!
Coming Soon!
ACT Inc. (http://www.chippewa.ca/iPadNMSO/) | |
---|---|
Address: 802 Nesbit Place Ottawa, ON K2C 0K1 | |
Contact Information | NMSO: E60EJ-11000C/015/EJ |
Name: Doe Carlson | |
Email: iPads@chippewa.ca | |
Phone: 613-237-6820 Fax: 613-237-6820 | PBN: 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 Information | NMSO: E60EJ-11000C/013/EJ |
Name: Jerred Bittle | |
Email: jbittle@hypertec.com | |
Phone: 613-739-1619 ext: 2042 Fax: 613-739-3382 | PBN: 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 Information | NMSO: E60EJ-11000C/005/EJ |
Name: Guy Moreau | |
Email: Guy_Moreau@Dell.com | |
Phone: 613-899-9556 Fax: 866-513-8766 | PBN: 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 Information | NMSO: E60EJ-11000C/008/EJ |
Name: James Duncan | |
Email: james.Duncan@dynabook.com | |
Phone: 613-782-2360 Fax: 613-599-9446 | PBN: 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 Information | NMSO: E60EJ-11000C/001/EJ |
Name: Jacques Caissie | |
Email: jacques.caissie@hp.com | |
Phone: 613-222-3420 | PBN: 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 Information | NMSO: E60EJ-11000C/007/EJ |
Name: Dave McAllister | |
Email: sscwtd@lenovo.com | |
Phone: 613-298-9948 | PBN: 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 Information | NMSO: E60EJ-11000C/009/EJ |
Name: Adam Langstaff | |
Email: a.langstaff@nmicro.ca | |
Phone: 613-226-1117 ext: 293 Fax: 613-226-3810 | PBN: 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 Information | NMSO: E60EJ-11000C/022/EJ |
Name: Brett Robertson | |
Email: brett.robertson@ca.panasonic.com | |
Phone: 613-410-6067 | PBN: 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 Information | NMSO: E60EJ-11000C/023/EJ |
Name: Daya Elangange | |
Email: delangange@purespiritsolutions.com | |
Phone: 613-254-5500 x 510 | PBN: 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 Information | NMSO: E60EJ-11000C/010/EJ |
Name: Dan Butcher | |
Email: d.butcher@samsung.com | |
Phone: 416-689-8940 | PBN: 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 Information | NMSO: 2BP-9-10047402/F/001 |
Name: Catherine McDonell or Christy Harr | |
Email: Wtdsales.support@bt.KonicaMinolta.ca | |
Phone: 1-800-777-1657 | PBN: 890089550PG0003 |
Supplies & Service Toll free Number: 1-800-777-1657 | |
Ricoh Canada | |
Address: 100 - 5560 Explorer Drive, Mississauga, ON, L4W 5M3 | |
Contact Information | NMSO: 2BP-9-10047402/F/002 |
Name: John Kingan | |
Email: GCPMO@ricoh.ca | |
Phone: 613-282-7823 | PBN: 870863974PG0001 |
Supplies & Service Toll free Number: 1-800-267-9469 | |
Xerox Canada | |
Address: 20 York Mills Rd #5, North York, ON M2P 2C2 | |
Contact Information | NMSO: 2BP-9-10047402/F/003 |
Name: Robert Welch | |
Email: federal.inquiries@xerox.com | |
Phone: (613) 720-9707 | PBN: 105756589PG0001 |
Supplies & Service Toll free Number: 1-855-257-5432 |
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: |