CANADIAN INNOVATION COMMERCIALIZATION PROGRAM (CICP), CALL FOR
PROPOSALS NO. 003

Solicitation number EN578-12CICP/A

Publication date

Closing date and time 2012/04/11 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    TITLE:   Canadian Innovation Commercialization Program (CICP)
    Call for Proposals - Call 003
    
    Public Works and Government Services Canada (PWGSC), Office of
    Small and Medium Enterprises (OSME) has a requirement to procure:
    
    a) Research and Development innovative goods and/or services,
    hereinafter referred to as "innovations", that are in late stage
    development; and
    
    b) Support services such as installation, training and testing
    support services for the  pre-commercialized innovations
    procured for the federal government.  
    
    The innovations proposed may include solution exploration;
    design and prototyping up to the original development of a
    limited volume of goods and/or services in the form of a test
    series. Original development of an innovation may include
    limited production or supply in order to incorporate the results
    of field testing and to demonstrate that the Innovation is
    suitable for production or supply in quantity to acceptable
    quality standards.
    
    Technology Readiness Levels
    
    The stages of development are termed Technology Readiness Levels
    (TRL). For the purposes of this procurement they are defined and
    can be viewed on the Buy and Sell  website,
    https://buyandsell.gc.ca/initiatives-and-programs/canadian-innova
    tion-commercialization-program-cicp-0. TRLs are a measure to
    evaluate the maturity of an evolving innovation. This scale,
    developed to assist in evaluating the maturity of goods and/or
    services for the CICP, evaluates all goods and/or services
    broadly while recognizing that not all development cycles are
    the same. This is not a linear process and many goods and/or
    services may skip or quickly address certain stages of
    readiness. 
    
    These innovations must be at a TRL 7 (prototype demonstration in
    an appropriate operational environment) through TRL 9 (actual
    technology proven through successful deployment in an
    operational setting).
    
    Priority Areas and Definitions
    
    The four (4) Priority Areas for CICP are listed below. Refer to
    the Buy and Sell website,
    https://buyandsell.gc.ca/initiatives-and-programs/canadian-innova
    tion-commercialization-program-cicp/find-out-if-cicp-is-right-for
    -you/priority-areas  for definitions and examples of the types
    of technologies categorized under each Priority Area: 
    
    Environment, 
    Safety and Security, 
    Health; and 
    Enabling Technologies.
    
    Financial
    
    The Bidder's Financial Proposal must not exceed $500,000.00 CAD,
    the Goods and Services Tax (GST) or the Harmonized Sales Tax
    (HST) and shipping cost from the Bidder's Canadian address to
    the Testing Department extra, if applicable. Canada will
    reimburse the Contractor, at actual costs incurred, the fair and
    reasonable shipping charges from the Bidder's Canadian address
    to the Testing Department location.
    
    The total funding available for CICP Call 003 is approximately
    $5,000,000.00 CAD.
    
    Trade Agreements
    
    The Agreement on Internal Trade (AIT) applies to this
    procurement.  The requirement is limited to Canadian suppliers
    and Canadian goods and/or services.
    
    This procurement is excluded from the North American Free Trade
    Agreement (NAFTA) under Annex 1001.1b-2, Section 2, and World
    Trade Organization - Agreement on Government Procurement
    (WTO-AGP) under Appendix 1, Annex 4.
    
    The region of delivery is unknown at this stage and could be for
    goods/services to be delivered in an area subject to
    Comprehensive Land Claims Agreements (CLCAs).
    
    MANDATORY CRITERIA AND CERTIFICATIONS:
    
    MC-1 Canadian Bidder: The Bidder must be Canadian and must be
    submitting the proposal on its own behalf. A Canadian Bidder is
    defined as a Bidder having a place of business in Canada where
    the Bidder conducts activities on a permanent basis that is
    clearly identified by name and accessible during normal working
    hours.     
    
    MC-2 Canadian Content: The Bidder must certify that a minimum of
    80% of the financial proposal costs are Canadian goods and/or
    Canadian services, as defined in the Canadian Content
    certification. 
    
    MC-3 Ownership: The Bidder must certify one of the following:
    It is the owner of the Intellectual Property (IP) for the
    proposed innovation and the Bidder is not infringing on any IP
    rights, or
    A Canadian licensor owning the Intellectual Property (IP) rights
    has granted the Bidder a license to the IP for the proposed
    innovation and the Bidder is not infringing on any IP rights.
    
    MC-4 Priority Area: The proposed innovation must fall within one
    of the four (4) Priority Areas: Environment, Safety and
    Security, Health, and Enabling Technologies. 
    
    MC-5 Commercial Sales: The Bidder must certify that the proposed
    pre-commercial innovation is not openly available in the market
    place and/or has not been previously sold on a commercial basis.
    
    MC-6 Maximum Funding: The Bidder's financial proposal must not
    exceed $500,000.00 CAD, excluding the Goods and Services
    Tax/Harmonized Sales Tax, and Innovation shipping costs from the
    Bidder's Canadian address to the testing Department, if
    applicable. Proposals valued in excess of this amount will be
    considered non-responsive. 
    
    In addition to the Mandatory Criteria and Certifications,
    proposals must pass all of the Screening Criteria identified in
    the electronic Proposal Submission Form. 
    
    BASIS OF SELECTION - HIGHEST RATED WITHIN BUDGET
    
    To be declared responsive, a proposal must:
    
    (a)	comply with all the requirements of the Call for Proposals
    solicitation;
    (b)	meet all mandatory criteria and certifications; and
    (c)	meet all of the screening criteria. 
    
    Proposals not meeting (a) or (b) or (c) will be declared
    non-responsive.
    
    CONTRACTING AUTHORITY
    
    Natalie Cayer
    A/Supply Team Leader
    Science Procurement Directorate
    Public Works and Government Services Canada
    Telephone:  819-956-7897
    E-mail address:  SPD.DATS@tpsgc-pwgsc.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

    • Agreement on Internal Trade (AIT)

    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
    Cayer, Natalie
    Phone
    (819) 956-7897 ( )
    Fax
    (819) 956-2229
    Address
    11 Laurier Street/11, rue Laurier
    Portage III 11C1 - 31
    Gatineau, Québec, K1N 5Y1

    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.

    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)

    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: