SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

SaaS Business to Business Marketplace for Food and Hospitality

Solicitation number 01044-210279/A

Publication date

Closing date and time 2021/02/12 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Informa Markets Asia Limited
    17/F China Resources Building
    26 Harbour Road
    Wanchai
    China
    Nature of Requirements: 
    
    01044-210279/A
    Guillot, Jacob
    Telephone No. (343) 552-1378 
    
    
    ADVANCED CONTRACT AWARD NOTICE (ACAN)
    SaaS Business to Business Marketplace for Food and Hospitality
    
    
    1. Advance Contract Award Notice (ACAN)
    
    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 the requirement
    
    The Agriculture and Agri-Food Canada (AAFC) Trade Show Strategy and Delivery team has a requirement for the provision of a virtual business-to-business (B2B) marketplace, delivered as a Software as a Service Solution, designed for food and hospitality professionals. AAFC is seeking a SaaS Solution that will provide access to an online marketplace to help agricultural industries reach global markets during this time of travel restrictions. The SaaS Solution is required to address the short-term need to deliver trade event experiences and access to verified buyers virtually while providing a promotional tool that can be used in the long-term to complement in-person trade events.
    
    The requirement is for the procurement of a SaaS B2B marketplace, tailored to food and hospitality professionals, for a one-year period with options to extend by one additional one-year period, including the option to acquire additional subscriptions during the period of the Contract and any option periods.
    
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its solution meets the following requirements:
    
    Technical Requirements
    
    1. The Solution must be available through a Software as a Service delivery model.
    
    2. The Solution must provide a ready-to-launch online marketplace that is focused on direct buyer marketing and connects Canadian export-ready companies to large buyer groups (30,000 or more verified buyers) in Asia’s food and hospitality industry.
      
    a) Target buyer groups are verified attendees of events in the “Food and Hotel” event network.  Specifically Seoul Food and Hotel, Food and Hotel China and Food and Hotel Asia. 
      
    b)    Buyer groups must represent decision makers from several key categories including importer/distributor, supermarket/retail, foodservice/hospitality, hotel/restaurant/cafe (“HoReCa”).
    
    3. The Solution must have a search feature capable of organizing results by country, region, product category, and business nature.   
    
    4. The Solution must have a demonstrated capability of making business connections (virtual and in-person).
    
    5. The Solution must provide an opportunity for national branding, allowing for Canadian companies to be grouped under the same architecture/umbrella/landing page (i.e. the Solution must allow many multiples of companies (100+) to be grouped by country).
    
    6. The Solution must be commercially available and must contain an existing company network including national groups.
    
    7. The Solution must allow for the creation of individual company micro-sites (100+) for purposes of product promotion and B2B interactions.  Micro-sites may have standardized architecture but must be configurable based on the needs of individual companies and must allow unlimited individual product uploads.
    
    8. The Supplier must be have resources available to assist in the creation and configuration of the micro-sites.  
    
    9. The Solution must be capable of supporting 1000+ company micro-sites.  
    
    10. The Solution must have demonstrated promotional and marketing capabilities and provide Canadian export ready companies as well as  AAFC with  a minimum of 5 options for virtual promotion of Canada and Canadian food across the Solution.  These virtual promotions may include, but are not limited to:
    
    a) Month long national and product specific promotions;
    b) Dedicated country webinars;
    c) Live product demos;
    d) Showcase features;
    e) Banner promotion/advertisement features;
    f) Intelligence led match making capabilities;
    g) Company listings on WeChat platform EZBUY;
    h) Virtual sourcing and food festivals; and,
    i) In-person event platform linkages. 
    
    11. The  Solution must provide a full suite metric package to both Agriculture and Agri-Food Canada and individual company participants, including all of the following: 
    
    a) Individual participant information/metrics in order to create "lead profiles";
    
    b) Real time results for visitor data and buyer profiles;
    c) Tracking conversations to allow leads to be cultivated at the individual company level; 
    
    d) Detailed reports on visitor statistics (buyer profiles, time on site, page views, etc);
    
    e) Metrics/stats/results, as described in “D” specific to individual from promotional campaigns as well as high level monthly, quarterly, annual results, and same individual business results. 
    
    12. The Solution must provide access to a dedicated buyer network currently involved in Canada Pavilion Flagship events and other prominent events attended by industry partners (a list of events can be found here: https://www.agr.gc.ca/eng/international-trade/trade-show-service/?id=1410072148325).  
    
    13. The Solution must be stable and available year-round. It must act as: 
    
    a) a lead in to in-person events; 
    
    b) a portal during in-person events;
    
    c) a channel to interact with leads post shows; 
    
    d) a supplier resource for companies that do not attend specific in-person events; and, 
    
    e) a replacement for in-person events during periods of travel restrictions.
    
    4. Security Requirements
    
    The solution must be compliant with the following security certifications:
    
    • SOC 2-Type 2 (Security, Availability, & Confidentiality)
    • ISO 27001:2013
    
    
    5. Applicability of the trade agreements to the procurement
    
    This procurement is subject to the following trade agreements:
     
    i. Canada Free Trade Agreement (CFTA)
    
    ii. World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    
    iii. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    
    iv. Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    
    v. Canada-Chile Free Trade Agreement
    
    vi. Canada-Colombia Free Trade Agreement
    
    vii. Canada-Honduras Free Trade Agreement
    
    viii. Canada-Korea Free Trade Agreement
    
    ix. Canada-Panama Free Trade Agreement
    
    x. Canada-Peru Free Trade Agreement
    
    xi. Canada-Ukraine Free Trade Agreement
     
    
    6. Justification for the Pre-Identified Supplier
    
    Informa Markets Asia Ltd. is the only known supplier of an online B2B marketplace for food and hospitality that meets all of the requirements listed in Section 3, above.
    
    
    7. Government Contracts Regulations Exception
    
    The following exception to the Government Contracts Regulations is being invoked for this procurement under subsection 6(d) - "only one person is capable of performing the contract".
    
    
    8. Exclusions and/or Limited Tendering Reasons
    
    The following exclusions and/or limited tendering reasons are invoked under the section of the trade agreements specified:
    
    i. Canada Free Trade Agreement (CFTA) - Article 513, paragraph 1.(b) 
    
    ii. World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XIII, paragraph 1.(b)
     
    iii. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article 15.10, paragraph 2.(b)
    
    iv. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.12.b.
    
    9. Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    
    10. Period of the Proposed Contract and Deliverables
    
    The proposed Contract is for a period of 1 year from date of Contract Award.
    
    The proposed Contract includes an option to extend the contract period for one additional one-year period.
    
    The proposed Contract includes an option to add additional subscriptions during the period of the initial Contract and any option periods. 
    
    The Contractor will be required to deliver an Online B2B Marketplace for Food and Hospitality SaaS Solution meeting all of the requirements listed in Section 3 above, including associated Maintenance and Support Services.
    
    
    11. Cost estimate of the proposed contract
    
    The estimated value of the contract, including option(s), is $ 260,000.00 CAD (GST/HST extra).
    
    
    12. Name and address of the pre-identified supplier
    
    Informa Markets Asia Ltd.
    Digital Business and Advanced Analytics Asia
    17/F China Resources Building
    26 Harbour Road, Wanchai, Hong Kong
    
    
    13. Suppliers' 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 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.
    
    
    14. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is February 12th,2021.
    
    
    15. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Jacob Guillot
    Software and Shared Systems Procurement Directorate
    Public Works and Government Services Canada
    10 Wellington Street, Gatineau, Quebec, K1A 0S5
    Telephone: (343) 552-1378
    E-mail: Jacob.guillot@tpsgc-pwgsc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing 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 PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Guillot , Jacob
    Phone
    (343) 552-1378 ( )
    Email
    jacob.guillot@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    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
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    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: