AI - Interactive Regulatory Evaluation Platform

Solicitation number 0X001-182587/A

Publication date

Closing date and time 2019/06/07 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    This amendment 009 is raised to update the solicitation and respond to questions from suppliers.
    
    ************************************************************************
    
    This amendment 008 is raised to extend the solicitation closing date.
    
    ************************************************************************
    
    This amendment 007 is raised to respond to questions from suppliers.
    
    ************************************************************************
    This amendment 006 is raised to respond to questions from suppliers and update the solicitation.
    
    ************************************************************************
    This amendment 005 is raised to extend the solicitation closing date, respond to questions from suppliers and update the solicitation.
    
    ************************************************************************
    Update - Amendment 004
    
    This amendment 004 is raised to respond to questions from suppliers and update the solicitation.
    
    The following pre-qualified suppliers have been selected to submit a bid:
    
    9766758 Canada Inc. (o/a vLex Canada) 
    Accenture Inc.
    Lixar I.T Inc.
    Nuvoola Inc.
    SageTea Inc.
    DXC Technology Company 
    IMRSV Data Labs
    In2IT Technologies Canada Inc. 
    KPMG LLP
    Northern Micro Inc.
    
    ***********************************************************************
    This amemdment 003 is issued to publish to provide the following:
    
    1) Publish the Request for Proposals Documents
    2) Notify the suppliers of the Supplier Engagement for this RFP
    
    (a) Bilingual Session Location and Time. The engagement session will be held in person and by Webex session on April 17, 2019 at 65 Guigues Ave, Ottawa and will begin at 14h00 EST.  
    
    (b)  Communication with Contracting Authority. Bidders are requested to communicate with the Contracting Authority at least 24 hours before the conference to confirm attendance. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending in person or by Webex and a list of questions they wish to table no later than April 15, 2019 at 14h00 EST. A maximum of two representatives per Bidder may attend the engagement session in person. 
    
    ************************************************************************
    
    This amendment 002 is issued to provide the following:
    
    1) Update the Statement of Work - Updated 6.3 Table - Removed Provincial/Territorial Regulations from Table
    2) Publish the draft contract
    3) Publish additional documentation for the use cases.
    
    
    ************************************************************************
    This amendment 001 is issued to replace document 000 of this NPP. Amendment 001 fixes all the web links in the document. 
    
    ************************************************************************
    AI - Interactive Regulatory Evaluation Platform
    
    0X001-182587/A
    Lessard, Peter
    peter.lessard@tpsgc-pwgsc.gc.ca
    Telephone No. - (613) 850-7602
    
    Public Works and Government Services Canada (PWGSC), also known as, Public Services and Procurement Canada (PSPC), is issuing a Notice of Plan Procurement on behalf of the Canadian School of Public Services (CSPS) for an upcoming Request for Proposal (RFP) for an Artificial Intelligence (AI) requirement using the newly established AI Source list under EN578-180001/B.
    
    
    
    The following NPP is directed only to the qualified suppliers of the AI source list.
    
    
    Suppliers under Bands 2 and 3 are invited to provide feedback on this NPP.
    
    
    
    OBJECTIVE
    
    CSPS (or the School), in serving as Project Authority and technical owner on behalf of a number of federal regulatory departments and agencies, has a requirement for an interactive hosted cloud-based regulatory evaluation platform (REP) that enables users in federal departments and agencies to explore and analyze large amounts of structured and unstructured regulatory data, and identifies and presents key trends, patterns, and inconsistencies in regulations and regulatory requirements. The solution must have the ability to identify and present key trends, patterns, and inconsistencies in regulations and regulatory requirements.  This cloud-based solution, once designed, tested and refined, will be accessible to up to 200 identified users in various federal departments and agencies.
    
    As PSPC and CSPS tries to better understand the AI marketplace, PSPC and CSPS are seeking feedback on drafts documents associated with the solicitation and to better refine the CSPS requirements. PSPC and CSPS are providing a list of questions in Annex D for the industry’s feedback on the following topic:
    
    a. Desired Business Objectives and Project Scope (Annex A to NPP);
    b. Statement of Work (Annex A to NPP); 
    c. Evaluation Criteria (Annex B to NPP);
    d. Use Cases (Annex C to NPP):
    e. Solicitation documents (Annex D, To Be Posted on Buy and Sell March 6, 2019); and
    f. Questions to solicit feedback from industry (Annex E to NPP).
    
    The information provided will aid in increasing PSPC’s and CSPS’s understanding of the capability, viability and commercial availability of an Artificial Intelligence REP solution. The industry perspective on the approach, business, cost of development, and draft solicitation documents in annex, are of particular interest.
    
    We are requesting suppliers to provide feedback to PSPC no later than end of day March 11th 2019.
    
    
    
    
    REQUIREMENTS
    
    The Contractor must deliver a hosted working cloud-based REP solution that must, based on input data on the stock of 2600 federal regulations, as well available provincial and territorial machine readable regulations, provide an interactive user-friendly interface to search, find, analyze, visualize and generate reports on trends, characteristics, patterns and relationships among an identified set of regulations, regulatory provisions or authorities.
    
    More specifically, the Contractor must deliver a hosted REP solution that must:
    
    a. apply machine learning, natural language processing to search and find user-identified regulatory text or specific regulations according to user-defined themes and queries;
    b. provide the functionality to enable REP users to conduct supervised learning and insert their own comments, commentary or “tag” data elements identified in queries for future reference;
    c. conduct analysis on characteristics, trends and impacts of a regulation or group of regulations and information based on user-identified parameters;
    d. provide the functionality to combine information from other sources, including through input files and use of internet search techniques, to further augment or enhance the analysis of regulatory text; 
    e. provide the functionality to enable REP users to compile analytical outputs such as data visualization and formatted reports on results;
    f. provide technical architecture, applied methodologies 
    g. provide source code where feasible;
    h. have the capability to transfer to a Government of Canada cloud infrastructure; 
    i. use publicly available data and data feeds; and
    j. enrich and restructure existing data sets to optimize results and meet user needs 
    
    KEY ESTIMATED RFP TIMELINES
    
    Publication of the NPP:    February 28, 2019
    NPP Feedback submission deadline:  March 11, 2019
    Publication of RFP Solicitation:   March 25, 2019
    Bidders’ Webinar:    April 1, 2019
    Bidder self-Identification deadline: April 8, 2019
    Bid Closure:     May 6, 2019   
    
    
    BIDDERS’ WEBINAR
    
    The bidders’ webinar will be held around the date of April 1st, 2019. More information will be made available based on the feedback received from the suppliers and the release of the Final Solicitation documents for the CSPS requirement.  
    
    
    The scope of the requirement outlined in this RFP solicitation will be reviewed during the webinar and questions will be answered. Bidders who intend to participate in this process must attend the Webinar. Bidders who do not attend will not be eligible to request to participate on the RFP process.
    
    CSPS AGILE RFP EVALUATION APPROACH
    
    This RFP evaluation involves a three-stage procurement process. 
    
    1. Stage 1: Bidders Submission, Evaluation of Bidders Proposals and Contractor Selection for Stage II  (using AI source list process)
    2. Stage 2: Evaluation and Contracting Process for Stage 2 Deliverables 
    3. Stage 3: Selection and Contracting Process for Stages 2 and 3 
    
    Stage 1 
    The objective of Stage 1 is to: 
    • solicit, evaluate and rank the responsive proposals based on their technical score 
    • recommend issuance of a contract to up to three of the top-ranked responsive proposals 
    
    Stage 2 
    The objective of Stage 2 is to: 
    • complete Stage 2 work in 3 months, deliver prototype solution for evaluation
    • evaluate the prototype solutions, conduct usability test and rank based on their technical score
    • recommend issuance of a contract to the top-ranked responsive contractor for Stage 3 work
    
    Stage 3 
    The objective of Stage 3 is to: 
    • Finalize and deliver production ready solution in 3 months 
    • evaluate the production ready solution, conduct usability test for acceptance
    • recommend issuance of contract for hosted production ready solution, including maintenance and support
    
    The selection of proposal(s) for contracting does not constitute a guarantee on the part of Canada that a contract will be awarded.
    
    
    ENQUIRIES
    
    All enquiries must be submitted in writing to the Contracting Authority no later than March 11, 2019.
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Lessard, Peter
    Phone
    (613) 850-7602 ( )
    Email
    peter.lessard@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Canada School of Public Service
    Address
    373 Sussex Dr
    Ottawa, Ontario, K1N6Z2
    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
    009
    English
    72
    009
    French
    19
    008
    English
    36
    008
    French
    4
    007
    English
    29
    007
    French
    3
    006
    English
    35
    006
    French
    3
    005
    English
    38
    005
    French
    7
    004
    English
    63
    004
    French
    12
    003
    English
    116
    003
    French
    28
    002
    English
    94
    002
    French
    16
    001
    English
    100
    001
    French
    10
    000
    English
    351
    000
    French
    46

    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
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Not applicable
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: