Litigation electronic processing services

Status Awarded

Contract number 4600001199

Solicitation number 1000171188

Publication date

Contract award date

Contract value

CAD 500,000.00

    Description

    This contract was awarded to:

    Commonwealth Legal

    RFSO NUMBER: 1000171188

    SW1 PROJECT TITLE: Litigation Electronic Processing Services

    The Litigation Management and Resolution Branch within the Department of Indian and Northern Affairs Canada is looking for the services of firms who provide litigation support services and eDiscovery services, through access to technology solutions that allow for the effective processing of large collections of electronic documents. This processing should include gathering / extraction of data; using technology solutions that can perform duplicate, near duplicate and email thread detection and predictive analytics on large unsorted collections of electronic documents where some collections are sized over one million documents; as well as relevance review and production in a Summation or Ringtail® compatible format of litigation-relevant electronically stored information (ESI).

    This work requires an Offeror with a proven track record in the litigation technology field, knowledge of the litigation process, and extensive experience with large collections of hard copy and electronic evidence (Anticipated minimum volume is approximately 100 gigabytes (GB) of information to be processed per year). An advanced knowledge of RingtaiI® litigation support software is an asset for this work.

    MANDATORY REQUIREMENTS:

    M1 Corporate Profile

    The Offeror must provide a Corporate Profile and in it describe their experience and demonstrate that the firm has been in business for a minimum two (2) years providing professional services as outlined in the Statement of Work (Annex A).

    M2 Proposed Resource

    The Offeror must provide the CV of at least one (1) proposed resource who has at least one (1) year of Project Management experience.

    M3 Project References

    The Offeror must provide three (3) project references describing current or previous experience in successfully providing litigation support services. These projects must have occurred in the past five (5) years. These project references must be provided in the form of a signed reference letter.

    To expedite bid review, project references must not exceed 1000 words.

    At least two (2) of the projects provided must have been managed by the resource proposed in response to Mandatory Criterion M2.

    Each Project must include:

    The following tasks must be addressed across the 3 project references. (as outlined in the SOW, Part B 1,3,5,7,8):

    1. Conversion ofI Electronically stored information (ESI)
    2. Logging of duplicate files and exact and near deduplication
    3. E-mail threading
    4. Removal of files from document sets that are known to belong to certain software (deNISTing)

    Each Project Reference Letter must include:

    • Confirmation that for each project reference, the Offeror must have acted as a prime contractor.
    • The duration of each contract
    • The name of the client organization and their contact information for whom the services were provided must be included. DIAND may contact the referenced client project /technical Authority to verify the accuracy of information provided within each Project Letter Reference and the extent to which the litigation support services were provided on time, on budget and in direct response to the established project objectives.

    Up to three (3) Standing Offer Awards will be offered, each valued at $500,000.00. The period for making call-ups against the Standing Offer will be from the date of the Standing Offer Agreement until March 31, 2018. If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for an additional four (4) one-year periods.

    The SOAs will be awarded based on a determination of Best Value taking into account both the technical merit of the Proposals and the Financial Evaluation.

    The Bidder(s) will be selected on the basis of the highest combined rating of technical merit and price:

    Security: Pursuant to the Government of Canada Security Policy, the nature of the services to be provided under the Standing Offer Agreement requires a Government of Canada Security Clearance.

    "The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT)."

    Business address
    Suite 901, 145 Wellington Street W.
    Toronto, ON, M5J 1H8
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • T014QB - Electronic Publishing
    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Viner, Celine
    Email
    celine.viner@aadnc-aandc.gc.ca
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Date modified: