Data - Container Shipping Market Intelligence and Vessel Events

Solicitation number T8156-210072/A

Publication date

Closing date and time 2022/02/22 14:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    eeSea ApS
    Vesterbrogade 74
    Denmark
    1620
    Nature of Requirements: 
    
    T8156-210072/A
    Raven, Shelby
    Telephone No. - (873) 354-4176
    Data for Container Shipping Market Intelligence and Vessel Events
    
    ADVANCE CONTRACT AWARD NOTICE (ACAN)
    
    Nature of Requirement: ACAN TRANSPORT CANADA - Data for Container Shipping and Market Intelligence and Vessel Events
    
    Delivery Date Required: March 1, 2022
    
    
    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.  You are hereby notified that on behalf of Transport Canada, Public Works and Government Services Canada (PWGSC) intends to enter into a sole source contract with eeSea ApS, located at Vesterbrogade 74, 1620 Copenhagen, Denmark to supply data access to historical and forecast vessel events for container ships within North and Central America and the Caribbean. 
    
    Transport Canada  is interested in developing expertise on the visibility of transportation systems and supply chains. This expertise and analysis is valuable to the Department, especially for various projects such as supporting the assessment of infrastructure projects, improving safety, and protection of the environment.  Transport Canada provides leadership in transportation through the coordinated investigation of transportation infrastructure, land development, regulations, technology tools, and resources.  
    
    While Transport Canada’s Transportation & Economic Analysis (TEA) has some data coverage on historical port arrival events for Canadian ports, there is a need to have consistent and on-going access to historical and forecasted vessel events and port arrivals for container services calling all North American and Caribbean ports, normalized by ocean carrier and alliance networks. This will allow TEA to conduct analysis on the competitiveness of Canadian ports, as well as potential and observed impacts of supply chain disruptions on container flows. This data will support Canada-wide multimodal system performance monitoring which is part of the TEA mandate to provide evidence-based information about the efficiency and competitiveness of Canadian supply chains to support national gateway and trade corridor policy.
    
    The objective of this Work is the provision of container shipping market intelligence and processed vessel event and port arrival data through a web-based platform and Tableau dashboard interface. The service will include historical and forecasted vessel event and port arrival data for container vessels calling at North American (Canada, U.S., and Mexico), Latin America and Caribbean ports that is normalized by ocean carrier and alliance networks
    
    The estimated project is for a period of two (2) years with one (1) optional additional period of one (1) year. The estimated value of the contract, including options, is $150,000.00 USD.
    
    3.  Any interested supplier must demonstrate by way of statement of capabilities that its data meets the following requirements: 
    
    a) Liner networks, ports & terminals, transit times
        i. Liner networks (LN) - including proforma schedules, service capacity deployed, vessel sharing agreement (VSA) partners.
        ii. Ports & terminals (PT) - including their throughput, capacity, port connectivity & service coverage.
        iii. Proforma / standard transit times (TT). Actual transit times available per request.
    
    b) Trade capacity, schedule reliability, congestion
        i. Schedule reliability (SR) - historical on-time performance for all main line services, down to vessel, week, port, and arrival / departure details. Historical data back to January 2020 included.
        ii. Trade capacity & blank sailings (TC) - down to vessel, week, port, and arrival / departure details. From January 2020 onwards.
        iii. Congestion overview (CO) - current and historical trend analysis, by port or region.
    
    c) Live, rolling vessel forecasts and events
        i. Live, rolling vessel events (forecasted and actual) including estimated time of arrival (ETA) and estimated time of departure (ETD) for all port calls in Canada and the U.S. for a forward-looking 6-week window, normalized by global liner services (ocean carrier and alliance network). Historical data back to January 2020 included.
    
    d) The Contractor must
        i. Attend and participate in the Kick-off Meeting;
        ii. Attend and participate in Progress Review meetings if required by the Project Authority;
        iii. Provide enterprise-wide license for maritime market intelligence and vessel forecast datasets as outlined in 3a-c;
        iv. Provide access to the web-app and the Tableau dashboard interface;
        v. The Contractor must provide customized views and dashboards for the datasets provided to Transport Canada; and
        vi. Provide Transport Canada the ability to retain the data in the raw data format in perpetuity. 
    
    e) The web-app includes must include unlimited users.
    
    f) The Tableau interface must include one enterprise shareable username.
    
    g) Raw data downloads must be accessed via CSV format or standard API.
    
    4.  The pre-identified supplier is the only supplier Transport Canada could identify to provide data for container shipping market intelligence and vessel events. 
    
    The data is required for the TEA to develop and implement the following activities:
    
    a) Near real-time and forecasted information on the utilization of Canada’s public transportation infrastructures;
    b) Measuring and/or monitoring traffic flow and performance along key trade corridors, including key Canadian marine ports, rail corridors, and US-Canada border crossings; 
    c) Supporting Canadian transportation agencies (Provinces, Territories) in their needs to plan and manage the transportation network assets throughout Canada;
    d) Development of standards for information exchange with other transportation agencies; and
    e) Assistance to transportation professionals in developing the knowledge needed to effectively do their assessment of the proposals submitted under the National Trade Corridors Fund.
    
    5.  This procurement is subject to the following trade agreement: 
    - Canadian Free Trade Agreement (CFTA) 
    
    6.  The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 
    
    7.  Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    8.  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.
    
    9. The closing date and time for accepting statements of capabilities is February 22, 2022 at 2:00 p.m. (EST). 
    
    10.  Inquiries and statements of capabilities are to be directed via email to: 
    
    Contracting Authority:  Shelby Raven
    Title:     Supply Specialist
    Address:   140 O'Connor St. 
               Ottawa, ON K1A 0R5
    Telephone: 873-354-4176
    E-mail:    shelby.raven@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

    • Canadian Free Trade Agreement (CFTA)

    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
    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
    Raven, Shelby
    Phone
    (873) 354-4176 ( )
    Email
    shelby.raven@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier,
    East Tower 7th Floor
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    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
    ,
    Germany
    ,
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.