IN-CAR DIGITAL VIDEO SYSTEM (ICDVS)

Solicitation number E60HN-18ICVS/A

Publication date

Closing date and time 2019/02/26 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / CFTA
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    IN-CAR DIGITAL VIDEO SYSTEM (ICDVS)
    
    E60HN-18ICVS/A
    Dubé, Robert
    Telephone No. - (613) 296-1526
    Fax No. - (613) 943-7620
    
    REQUEST FOR STANDING OFFERS (RFSO)
    
    TITLE: IN-CAR DIGITAL VIDEO SYSTEM (ICDVS)
    
    Canada has a requirement to establish a National Master Standing Offer (NMSO) for the supply of in-car digital video system (ICDVS) to Authorized Users.
    
    The Royal Canadian Mounted Police (RCMP) and other Authorized Users have a requirement for the provision of in-car digital video system (ICDVS) to capture audio and video of activities inside and in front of police vehicles in which they are installed. The ICDVS footage is to provide evidence of interaction of members with stopped vehicles and occupants as well as with prisoners who occupy the back seat of the police vehicle.
    
    The ICDVS is used to gather evidence for criminal and provincial prosecutions and to meet Canada's security and defense commitments. The ICDVS is required for front line policing operations, special operations and peacekeeping. The ICDVS will be required progressively in various RCMP vehicles and deployed across Canada. The RCMP's audio and video policy states that it is mandatory to retain all recorded data for a minimum of two years subsequent to its original capture. ICDVS consists, as a minimum, of a recording device linked to two cameras and two microphones. ICDVS audio/video footage is exported from the unit physically to a removable solid state storage media or wirelessly to an Active Storage or Archival Storage system. The removable solid state storage media is handled as a data transfer component from which all captured data is transferred to an Active Storage or Archival Storage system. All data transferred to the Active Storage or Archival Storage system is to be considered recorded information and will remain within the storage system for a two-year period after which it will auto purge. Any data pertaining to an investigation uploaded to the Active Storage or Archival Storage system will be isolated by the investigator from the Active Storage system or Archival Storage system as soon as practicable and saved to a data storage device (i.e. thumb drive) that will become the Digital Multimedia Evidence and marked as the "original".
    
    The intent is to award one NMSO to one Offeror for three (3) years commencing upon NMSO award date with an irrevocable option on the part of Canada to extend the period by up to two (2) one (1) year periods.
    
    Goods and Services will be provided to the RCMP and other Authorized Users locations across Canada.
    
    The scope of work includes the supply and provision of operational and technical training on the ICDVS as described in the Statement of Work (SOW). Refer to Annex A.
    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)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    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
    Dubé, Robert
    Phone
    (613) 296-1526 ( )
    Email
    robert.dube@tpsgc-pwgsc.gc.ca
    Fax
    (613) 943-7620
    Address
    L'Esplanade Laurier
    East Tower, 4th floor
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    005
    French
    4
    005
    English
    17
    004
    French
    6
    004
    English
    21
    003
    French
    2
    003
    English
    21
    002
    French
    4
    002
    English
    23
    001
    French
    3
    001
    English
    29
    000
    French
    10
    000
    English
    105

    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 – Open Bidding
    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: