SCANNING AND DATA PROCESSING

Solicitation number FJA-2017-138

Publication date

Closing date and time 2017/12/04 17:00 EST


    Description

    SCANNING AND DATA PROCESSING

    1. An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2. DEFINITION OF REQUIREMENTS

    The Office of the Commissioner for Federal Judicial Affairs Canada (FJA) requires that its collection of Canada Federal Court Reports published between 1971 and 1992 (253 books – 45 950 pages) be scanned, OCRed and processed to enable its publication on the Federal Courts Reports (FCR) website. This includes splitting the volumes into individual files corresponding to each reported decision, and processing them so they are amenable to being published on the FCR website.

    FJA plans to enter into a sole source contract with Lexum informatique juridique inc. for the procurement of services to process the legacy collection of Federal Court Reports using Lexum’s proprietary technology, SpiffyPDF, to render electronic files amenable to being published on the Federal Courts Reports section of the FJA Web site.

    3. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES

    Any interested supplier must demonstrate by way of a statement of capabilities that their product and services meet the following requirements:

    GENERAL POINTS AND PREREQUISITES

    M1 – Any technology proposed to meet this requirement must be "off-the-shelf", meaning that the services provided by the technology is commercially available and requires no further research or development and is part of an existing product line with a field-proven operational history (that is, it has not simply been tested in a laboratory or experimental environment). If any of the proposed technology is a fully compatible extension of a field-proven product line, it must have been publicly announced on or before the ACAN closing date.

    M2 – A live sample of an existing publication scanned and rendered electronically in accordance with all requirements listed below must be provided.

    M3 – The supplier must have at least 5 years of verifiable expertise in processing complex legal documents, more specifically, in extracting and publishing documents such as judgments

    M4 – The technology used to do the work must be capable of processing the bilingual side-by-side format in order to have the English language active on the English FCR Web site and the French language active on the French version of the site.

    M5 – The supplier must be able to provide results of performance testing, demonstrate proper functionality and provide results generated based on the above-mentioned criteria.

    DELIVERABLES

    M6 – The technology used must be capable of creating:

    M6.a – a PDF file for each of the 253 legacy publications – this file must be compressed in order to optimize the ratio of quality vs. size for web publishing.

    M6.b – a separate PDF file for each decision that is part of the publication.

    M6.c – two separate files, one in English and one in French, for each decision to be processed so as to be amenable to being published on the FCR website. More specifically, they must be retrievable using the FCR Web site search engine. These files must incorporate both the image of the scanned page with an HTML 5 overlay to combine the accuracy of the image with the convenience of HTML.

    M7 – Requirements for Full volumes

    M7.a – Scan and OCR full volumes of the Canada Federal Court Reports for the period ranging from 1971 to 1992, and process them to enable publication on the FCR website.

    M7.a-1 – The scanned pages are to produce a black and white 600 DPI TIFF file for each book.

    M7.a-2 – Each TIFF file is to undergo an OCR process and be converted to PDF format with a 300 DPI resolution. The text can be generated automatically and not controlled, but with English and French legal dictionaries applied for terminology.

    M7.a-3 – Files are to be compressed in order to optimize the ratio of quality vs. size for web publishing. More specifically, large PDFs are as quick to load as any text or HTML files

    M8– Requirements for Individual Decisions – PDF format

    M8.a – Split the volumes into individual files corresponding to each reported decision. The same corrections as for full volumes must be applied.

    M8.b – Each PDF file must be compressed and able to be quickly downloaded/accessed as an attachment to the Web friendly display.

    M9 – Requirements for Individual Decisions – Web site display

    M9.a – Each individual decision must be processed into two files, one for each language.

    M9.b – Text-zones are to be applied on English columns in English files, and French columns in French files, in order to delimit the portion of text to be processed for each file.

    M9.c – PDF files for individual decisions are to be processed so as to create a file able to be displayed on our Web site embedding both the OCRed text and the original picture of the file. Both versions are to be integrated in a way allowing users to use the HTML text while being able to interact with the image.

    M9.c-1 – In particular, the body text of these files must be searchable using the FCR search engine, and search terms must be highlighted within the search results.

    M9.c-2 – PDF files must be directly rendered within the webpage – eliminating the need to open or download files, or to use external plug-ins or applications.

    M9.c-3 – On the English Web site the English text will be rendered and fully searchable with the bilingual side-by-side image in the background and on the French Web site the French text will be rendered and fully searchable with the bilingual side-by-side image in the background.

    M10 – Metadata specific for each decision is to be extracted and inserted between tags in the header of the HTML files including: case name; date rendered; FCR citation; docket number, subjects, party names and name of presiding judge(s).

    4. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT

    This procurement is subject to the following trade agreement(s):

    - Canadian Free Trade Agreement (CFTA)

    5. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER

    Lexum’s proprietary technology, SpiffyPDF, is the only known technology capable of incorporating both the image of scanned pages with an HTML 5 overlay so as to combine the accuracy of the image with the convenience of HTML.

    6. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)

    Section 6.d of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract.

    7. EXCLUSION AND/OR LIMITED TENDERING REASONS

    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:

    Canadian Free Trade Agreement (CFTA) - Article 513 (b) (iii) due to an absence of competition for technical reasons.

    8. OWNERSHIP OF INTELLECTUAL PROPERTY

    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.

    9. THE PERIOD OF THE PROPOSED CONTRACT AND DELIVERY DATE(S)

    The proposed contract is for a period of 3 months. All deliverables mentioned in the requirement must be delivered within 90 days of Contract award, or by March 31, 2018, whichever comes first.

    10. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER:

    Lexum informatique juridique inc.
    910-4200 boul. Saint-Laurent
    Montreal QC H2W 2R2

    11. SUPPLIER'S RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing, preferably by e-mail, to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    The FJA file number must appear in the subject line of the e-mail or on the covering page, in the case of a facsimile or hardcopy transmission.

    Documents may be submitted in either official language of Canada.

    12. THE CLOSING DATE FOR A SUBMISSION OF A STATEMENT OF CAPABILITIES

    The closing date and time for accepting statements of capabilities is December 4, 2017 at 5:00 p.m. EST.

    13. INQUIRIES AND SUBMISSION OF STATEMENT OF CAPABILITIES

    Inquiries and statements of capabilities are to be directed to:

    Daniel Morin
    A/ Corporate Procurement and Administrative Services Coordinator
    Office of the Commissioner for Federal Judicial Affairs
    99 Metcalfe Street - 8th Floor
    Ottawa ON K1A 1E3
    Telephone: (613) 947-6339
    Facsimile: (613) 995-5615
    E-mail address: Daniel.Morin@fja-cmf.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Office of the Commissioner for Federal Judicial Affairs
    Address
    99 Metcalfe Street, 8th floor
    Ottawa, Ontario, K1A 1E3
    Canada
    Contracting authority
    Morin, Daniel
    Phone
    613-947-6339
    Email
    daniel.morin@fja-cmf.gc.ca
    Address
    800-99 Metcalfe Street
    Otawa, ON, K1A 1E3

    Buying organization(s)

    Organization
    Office of the Commissioner for Federal Judicial Affairs
    Address
    99 Metcalfe Street, 8th floor
    Ottawa, Ontario, K1A 1E3
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: