SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

INVENTION ASSESSMENT, MARKET STUDY, BROKERING OF INTELLECTUAL PROPERTY

Solicitation number 01R11-190310/A

Publication date

Closing date and time 2019/01/24 16:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    IMPORTANT: This tender is part of Public Works and Government Services Canada’s initiative to submit bid submission files electronically using epost Connect. Interested bidders should refer to Part 2 of the solicitation document entitled Instructions to bidders/offerors/suppliers, as the case may be, for instructions on how to participate and submit their files electronically for this tender.
    
    
    1.  TITLE:  SUPPORT ACTIVITIES FOR THE INVENTION ASSESSMENT, MARKET STUDY, BROKERING AND EDUCATIONAL COMPONENTS OF INTELLECTUAL PROPERTY MANAGEMENT
    
    2.  Security Requirements
    
    2.1  The following security requirements (SRCL and related clauses provided by the Contract Security Program) apply and form part of the Contract.
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE # 161-052018
    
    2.1.1 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    2.1.2  The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CISD/PWGSC.
    
    2.1.3  The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B.
    
    2.1.4  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    2.1.5  The Contractor/Offeror must comply with the provisions of the:
    (a) Security Requirements Check List and security guide (if applicable), attached at Annex C;
    (b) Industrial Security Manual (Latest Edition)
    
    2.2  Contractor’s Sites or Premises Requiring Safeguarding Measures
    
    2.2.1  Where safeguarding measures are required in the performance of the Work, the Contractor must diligently maintain up-to-date the information related to the Contractor’s and proposed individuals’ sites or premises. 
    
    2.2.2  The Company Security Officer must ensure through the Contract Security Program that the Contractor and individuals hold a valid security clearance at the required level.
    
    
    3.  REQUIREMENT:
    
    Agriculture and Agri-Food Canada (AAFC) has a requirement for services for support activities for the invention assessment, market study, brokering and educational components of intellectual property management. AAFC researchers continually discover new inventions during the course of performing research and development activities. These inventions may have commercial potential for companies willing to invest in pre-commercial technologies. 
    
    Under the Public Servants Inventors Act, public servants must disclose any new inventions that they have developed in the course of their employment. As an outcome of the disclosure process, the Office of Intellectual Property and Commercialization (OIPC) may wish to commercialize certain technologies for which the Crown owns the intellectual property rights. The OIPC may therefore require business advice to improve its offer of service procedures and to continue to offer support to the AAFC community based on sound, objective information.
    
    Canada requests Bidders submit a separate bid for EACH individual Workstream. Bidders may submit a bid for one (1) or both Workstreams identified in the solicitation. A maximum of two (2) Contracts may be issued: one Contract for each Workstream.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    To qualify a bid will have to consist of no less than 80% of goods and/or services of Canadian origin. 
    
    
    4. EVALUATION AND SELECTION:  
    
    Mandatory and point rated technical evaluation criteria are included in Annex E of the solicitation. The responsive bid with the lowest evaluated price per point will be recommended for award of a contract.
    
    5. OWNERSHIP OF INTELLECTUAL PROPERTY:
    Any intellectual property arising from the performance of the Work under the Contract will vest in Canada. 
    
    6. PERIOD OF CONTRACT: 
    It is anticipated that the contract will be effective for a one (1) year period with the irrevocable option to extend the term of the Contract by up to three (3) additional one (1) year periods.
    
    
    Contracting Authority
    
    Lorraine Jenkinson  
    Procurement Specialist 
    Public Works and Government Services Canada 
    Procurement and Compensation Branch, Western Region 
    ATB Place, North Tower, 5th Floor 
    10025 Jasper Avenue  NW
    Edmonton, AB T5J 1S6 
    
    Telephone: 587-337-2458 
    Facsimile: 780-497-3510 
    E-mail address: lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Jenkinson, Lorraine
    Phone
    (780) 497-3593 ( )
    Email
    lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    Fax
    (780) 497-3510
    Address
    ATB Place North Tower
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    5
    000
    English
    33

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: