ACAN FOR AN EMERGENCY NOTIFICATIONS OFF-PREMISE SOFTWARE
SOLUTION (ENOSS)

Solicitation number 01B68-160401/A

Publication date

Closing date and time 2015/10/21 14:00 EDT


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    ERMS Solutions Limited
    2916 South Sheridan Way
    Suite 200
    Oakville Ontario
    Canada
    L6J7J8
    Nature of Requirements: 
    ADVANCE CONTRACT AWARD NOTICE (ACAN) - EMERGENCY NOTIFICATIONS
    OFF-PREMISE SOFTWARE SOLUTION (ENOSS)
    
    Please Note, for any additional information regarding this ACAN
    or to obtain copy of the criteria for assessment of the
    statement of capabilities, please contact the following
    Contracting Authority:
    Jonathan Vinet
    819-956-2940
    Jonathan.vinet@tpsgc-pwgsc.gc.ca
    
    EMERGENCY NOTIFICATION OFF-PREMISE SOFTWARE SOLUTION (ENOSS) -
    ERMS ADVANTAGE PLATFORM
    
    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.
    
    
    DEFINITION OF REQUIREMENT - FOR AGRICULTURE AND AGRI-FOOD CANADA
    
    The Department of Agriculture & Agri-Food Canada (AAFC) is
    responsible for many sites across the country and as such there
    is a requirement to effectively communicate with key contacts
    during an Emergency/Business Continuity Planning (BCP) event.
    There is a risk that AAFC's capacity to respond to catastrophic
    crises, including those related to natural and accidental
    hazards (e.g. disease, weather, etc.) may have consequences for
    the agriculture, agri-based and agri-food sector and/or to
    Canadians.  AAFC must implement an ENOSS in order to broadcast
    notifications of such threats or events.
    The ENOSS provided by the Service Provider must deliver, support
    and allow the broadcast notifications of threats or
    Emergency/BCP Events to at least 6,000 different stakeholders
    within AAFC. The ENOSS will be used within AAFC as a
    notification instrument for their own employees, students,
    contractors and for business continuity purposes.
    
    AAFC intends to enter into a sole source contract with ERMS
    Solutions Limited for the purpose of procuring the ERMS
    Advantage Platform suite including associating maintenance and
    support service, training and professional services.
    
    
    CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that their product and services meet the
    following requirements:
    
    
    MANDATORY  REQUIREMENTS:
    
    M1. 
    The software proposed to meet this requirement must be
    "off-the-shelf", meaning that each component of software is
    commercially available and requires no further research and
    development and is part of an existing product line with a
    field-proven operational history (that is, it has not simply
    been tested in a laboratory or experimental environment).
    
    M2. 
    The contractor agrees to supply Canada with an Emergency
    Notification Off-Premise Software Solution (ENOSS); that
    delivers, allows and supports a secure, authenticated and
    trusted computing environment located in Canada at all times;
    and that has, all pre-production, production and post
    production, in Canada, in a Protected A environment; for at
    least a three years period of time.  
    
    
    SERVICE ARCHITECTURE REQUIREMENTS:
    
    M3.  
    Service Design: The ENOSS must be designed specifically for
    emergency notifications with the capability of broadcasting mass
    notifications via multiple methods either simultaneously or in a
    cascading sequence to multiple contacts within 5 minutes.
    
    M4. 
    Service Design: The ENOSS must include the ability to send
    routine messages that are clearly distinct from any emergency
    messages.
    
    M5. 
    Call Throttling: The ENOSS must have the ability to control the
    number of calls into an organization to avoid flooding the lines
    during a mass notification.
    
    M6.  
    Proprietorship: All hardware, software and data (apart from
    Client's owned systems) must be hosted at facilities owned or
    leased, operated and secured by the Supplier in Canada.
    
    M7. 
    Requirements for Client Operation: The Client must not be
    required to install any hardware or software to operate any
    facets of the ENOSS. Database capacity, data channels and phone
    ports are not purchased by the Client.
    
    
    SECURITY REQUIREMENTS:
    
    M8. 
    Industrial Security Standards: The selected Supplier must have
    the ability to handle and secure information up to and including
    PROTECTED A in accordance with Public Works and Government
    Services Canada's Industrial Security Standards. These standards
    apply to all facilities, subcontractors and equipment used to
    store and process Administrator, User and Contact information
    and all messages.
    
    M9. 
    Access Privileges: The ENOSS must enable Administrators to
    control access privileges, such as access requests, requests for
    changes to personal information, and changes to passwords,
    provided that they have appropriate access control permissions.
    
    M10. 
    Password Change: The ENOSS must permit each Administrator, User
    and Contact to change their password at any time.
    
    M11. 
    Password Strength: The ENOSS must force each Administrator, User
    and Contact to configure a password in a predetermined manner
    with a minimum number of characters, including capitals, numbers
    and symbols.
    
    
    RESILIENCY REQUIREMENTS:
    
    M12. 
    Recovery: Client data must be hosted in high-availability
    facilities with zero failover time and automatic recovery.
    
    M13. 
    Disaster Recovery: If a Disaster, Emergency or Hazard renders
    the Supplier's primary data centre inoperable, Client data must
    be dynamically rerouted so that it functions without
    interruption.
    
    M14. 
    Back-Up Facilities and Services: The ENOSS must have a
    multi-tier, multi-server fault tolerant architecture with full
    redundancy whereby the primary Contacts database server and all
    ENOSS functions are housed in Canada and their back-up
    capability is housed in separate locations in Canada separated
    by a provincial boundary (at least 200 km) so that an Emergency
    that affects one facility will not affect the others.
    
    M15. 
    Location of Data Servers: The ENOSS must ensure that the
    Client's database never resides outside of Canada's land
    boundaries.
    
    M16. 
    Permissions and Access Controls: The ENOSS must enable and
    support the designation of a minimum of 10 Master Administrators
    with full access and Regional Administrators with limited access.
    
    
    GENERAL OPERATION REQUIREMENTS:
    
    M17. 
    User Interfaces: The Supplier must ensure that the ENOSS
    provides graphical user interfaces (GUIs) in both English and
    French for Administrators and Users.
    
    M18. 
    Browsers: The ENOSS must be accessible to Administrators and
    Users on web browsers including Internet Explorer (min version
    9.0), Apple Safari (min version 5.1), Google Chrome (min version
    17.0) and Mozilla Firefox (min version 10.0) for Windows - and
    compatible with 128-bit encryption.
    
    M19. 
    Quick Launch: The ENOSS must have a quick-launch feature that
    allows an Administrator to initiate a Message from a single
    screen after logging in to the ENOSS.
    
    M20. 
    Practice Modes: The ENOSS must have practice modes (i.e., a test
    environment) that allow the Administrators and Users to use any
    facet of the ENOSS without affecting real-time content or
    capabilities of the ENOSS and the database (i.e., the production
    environment).
    
    M21.  
    Self-Registration: The ENOSS must allow users to self-register
    and update their own profile information at any time.
    
    M22. 
    Mapping: The ENOSS Application must have a "map" function that
    allows selection of a selected radius surrounding an event which
    allows notifications sent to only the selected geographic area.
    
    
    OUTPUT
    
    M23. 
    Voice Messages: The ENOSS must send local or long-distance voice
    Messages of up to 1 minute in duration (exclusive of dialing
    time, ringing time and voice-mail response time) to at least
    6,000 registered Contacts within 5 minutes of being sent. 
    
    M24. 
    Voice Message Language: Voice messages must be delivered in
    French and English with voices using contemporary Canadian
    accents.
    
    M25. 
    Text-based Messages: The ENOSS must send text-based SMS Messages
    of a minimum of 140 characters or e-mail messages of up to 500
    words to at least 6,000 registered Contacts within 5 minutes of
    being sent.
    
    M26. 
    Reliability: The ENOSS must be fully functional and operational
    24 hours a day, 7 days a week, with at least 99.99% availability
    throughout the Contract period. In the event of an outage, the
    Supplier will advise the client of the outage and the impacts on
    the ENOSS. In the event of a scheduled outage, the Supplier will
    advise the Client well in advance of the outage.
    
    M27. 
    Native SMS in Canada: The ENOSS must use short code in order to
    allow for the sending of true SMS versus email-to-SMS.
    
    
    DATABASE
    
    M28. 
    Data Recovery: The ENOSS must enable Administrators to recover a
    Contact record that has been deleted for up to 5 days after
    deletion
    
    M29. 
    Database Backup: The ENOSS must generate automatic database
    backups to one or more other locations in Canada at least once
    every 24 hours.
    
    
    ADMINISTRATOR, USER AND CONTACT INFORMATION MANAGEMENT 
    
    M30. 
    Administrator and User Profiles: The ENOSS must allow for the
    establishment and maintenance of a database of Administrator and
    User Profiles that include the following:
    (i). Full name
    (ii). Position
    (iii). Region
    (iv). Branch
    (v). An individual ID number
    (vi). Primary 24 hour emergency coordinates
    (vii). Secondary 24 hour emergency coordinates
    (viii). Cell phone number
    (ix). Business Fax number
    (x). Pager number
    (xi). E-mail address
    (xii). Designated alternate
    (xiii). Blackberry number
    (xiv). Permissions assigned.
    (xv). The ENOSS must allow Master Administrators to have full
    access permissions and to perform all functions of the ENOSS.
    
    M31. 
    Import Formats for Contact Information: The ENOSS must securely
    import Contact information from existing databases (delivered to
    the Supplier in one or more electronic files) such as Microsoft
    Active Directory, PeopleSoft/Oracle HR, BCP Software, SQL, MS
    SQL Server, NetHris, HRIS database, and CSV (e.g. Excel), XML,
    MS Outlook and MDB files - without requiring manual (human)
    intervention - at intervals prescribed by the Client or as
    required. The Client must have the ability to import Contact
    information manually if so desired. This process is to be
    delivered through a web services Application Programming
    Interface using a standards-based Service-Oriented Architecture.
    
    M32. 
    Contact Data Fields: The ENOSS must accommodate the creation of
    45 data fields per record.
    
    M33. 
    Data Revision: The ENOSS must enable Administrators, Users and
    Contacts to view and manually edit the information in their own
    profiles, directly within the ENOSS, provided they have
    appropriate access control permissions.
    
    M34. 
    Data Revision: The ENOSS must enable Administrators and Users to
    add, modify, and delete Contacts and Contact information,
    directly within the ENOSS, provided they have appropriate access
    control permissions.
    
    M35. 
    Log-in Data: The ENOSS must automatically assign a unique user
    ID for each Administrator and User. The Administrator must then
    be allowed to set a temporary password which can later be
    modified by the account holder.  
    
    
    CONTACT GROUPS 
    
    M36. 
    Creation: The ENOSS must enable Administrators and Users to
    create groups of Contacts based on variables such as Mode,
    Group, Region or other criteria identified in the data fields of
    each Contact's record.
    
    M37. 
    Hierarchical Groups: The ENOSS must enable Administrators and
    Users to create hierarchical groupings so that groups include up
    to 50 levels of sub-groups in order to appropriately reflect an
    organization's structure.
    
    M38. 
    Number of Groups: The ENOSS must allow Administrators and Users
    to define a Contact to be a member of up to 50 groups.
    
    M39. 
    Search feature: The ENOSS must allow Administrators and Users to
    conduct a search or filter Contacts based on criteria identified
    in the data fields of each Contact's record. The ENOSS must also
    have the capability to quickly create unique Groups using the
    results of the search function.
    
    M40. 
    Sort features: The ENOSS must allow Administrators and Users to
    sort Contact lists alphabetically or, using any other criteria
    identified in the data fields of each Contact's record. The
    ENOSS must also have the capability to quickly create unique
    Groups using the results of the sort function.
    
    M41. 
    Sorting Stakeholders' by Language: The ENOSS must have the
    capability to list stakeholders by language of correspondence in
    order to allow the sending of only French messages to French
    speaking stakeholders and English to English speaking
    stakeholders.
    
    
    MESSAGE INITIATION
    
    M42. 
    Service Access: The ENOSS must enable Administrators and Users
    to access the service for Contact management , message creation
    (voice or text-based) or message transmission purposes via the
    following methods and Devices:
    (i). Computer (via the internet either through cable or WI-FI);
    (ii). Landline telephone;
    (iii). Cellular telephone;
    (iv). Smartphone;
    (v). Personal digital assistant;
    (vi). Telecommunications device for the deaf;
    (vii). Voice over Internet protocol; and
    (viii). Satellite telephone.
    
    M43. 
    Message Creation: The ENOSS must enable Administrators and Users
    to create and record voice and text-based messages in French and
    English for present or future use.
    
    M44. 
    Customizing Messages: The ENOSS must enable Administrators and
    Users to customize pre-recorded messages by adding introductory
    and/or closing statements.
    
    M45. 
    Message verification: The ENOSS must allow Administrators and
    Users to hear the voice message and/or to read the text-based
    message before it is sent.
    
    M46. 
    Time Zone Recognition: The ENOSS must have the capability to
    recognize and understand time zones.
    
    
    MESSAGE TRANSMISSION
    
    M47. 
    Media: The ENOSS must send messages to Contacts via the
    following media:
    (i). Landline telephone;
    (ii). Cellular telephone;
    (iii). Smartphone, including telephone, text and e-mail
    communications;
    (iv). Personal Digital Assistant;
    (v). SMS text message;
    (vi). E-mail;
    (vii). Facsimile;
    (viii). Pager;
    (ix). Telecommunication Device for the Deaf; and
    (x). Satellite telephone.
    
    M48. 
    Safeguards: The ENOSS must have an effective safeguard (such as
    a prompt message) that prevents routine messages from being sent
    out as emergency notifications and requests if the
    Administrators or Users has sought approval prior to sending a
    notification.
    
    M49. 
    Phone Number Types: The ENOSS must have the ability to make
    local and long distance calls within Canada and the United
    States. The ENOSS must also have the ability to dial
    international numbers and phone numbers with extensions.
    
    M50. 
    Order of Contact Methods: The ENOSS must allow Administrators
    and Users to set the default order of devices used to notify
    Contacts but also allow Users and Contacts to override the order
    if they have the appropriate permissions to do so.
    
    M51. 
    Language of Message and Contacts: The ENOSS must allow
    Administrators and Users to select Messages in either French or
    English and to automatically transmit them in the Contact's
    pre-selected corresponding language.
    
    M52. 
    Simultaneous Transmission: The ENOSS must allow Users to send a
    recorded voice message and a text message in a single
    notification to all selected Contacts for delivery through the 
    media listed in M47.
    
    M53. 
    Caller ID: Either globally or on a message-by-message basis, the
    ENOSS must allow Administrators and Users initiating a message
    to customize the telephone number displayed (caller ID) for
    voice Messages and the e-mail addresses for text-based Messages.
    
    M54. 
    Escalation: The ENOSS must escalate messages when the intended
    Contact has not confirmed receipt of the correspondence (with 3
    levels of person-to-person escalation) within a given period of
    time. If no confirmation of receipt is received within a given
    period of time, then the message will be redirected to an
    alternate point of contact if one has been designated see M58.
    
    M55.  
    Delivery Attempts: The ENOSS must allow Users and Administrators
    to select the number of delivery attempts through all Contact
    paths.
    
    M56. 
    E-mail Attachments: The ENOSS must allow e-mails to attach
    multiple files (e.g. text, spreadsheet and images) and send them
    to an e-mail device.  
    
    M57. 
    Message Control: The ENOSS must allow an Administrator or User
    to stop, recall or replace a Message initiated by them or
    another Administrator or User with the same level of permissions
    at any time during the Message sending process. 
    
    M58. 
    Back-Up Contacts: The ENOSS must automatically send messages to
    a back-up Contact if a primary Contact does not acknowledge
    receipt of the initial message within a period of time defined
    by the sender. 
    
    M59. 
    First to Respond: The ENOSS must have the capability to send
    notifications systematically until a predetermined number of
    affirmative responses are received.
    
    M60. 
    Roll Call: The ENOSS must have the capability to send
    notifications for the purpose of soliciting a positive or
    negative acknowledgement from the recipient, such as "are you
    OK", "Not OK".
    
    
    MESSAGE DELIVERY FEATURES
    
    M61. 
    Voice Message Repeat: The ENOSS must allow Contacts to listen to
    a voice Message as often as desired with a single key press.
    
    M62. 
    Acknowledgements: The ENOSS must seek and receive
    acknowledgements of Messages through the device types identified
    in M47, with the exception of facsimile and pager and SMS
    transmissions.
    
    M63. 
    Re-send: The ENOSS must allow Administrators and Users to
    re-send a notification to only those Contacts who did not
    respond to the original notification.
    
    M64.  
    Voice-Mail: The ENOSS must leave a Message when a
    voice-delivered message reaches an answering machine or
    voice-mail. If a message is left, the ENOSS must also contact
    the back-up Contact if the message was left on the primary
    Contact's voice mail box.
    
    M65. 
    Electronic Voice: The electronic voice transmitter must use
    Canadian (English and French) accents.
    
    M66. 
    Custom Response: The ENOSS must allow Contacts to send custom
    text-based messages in response to messages.
    
    
    MESSAGE MANAGEMENT
    
    M67. 
    Recurring Messages: The ENOSS must allow Administrators and
    Users to set up recurring Messages. 
    
    M68. 
    Scheduling: The ENOSS must allow Administrators and Users to
    schedule a notification to be sent at a future date and time.
    
    M69. 
    Voice-Mail: The ENOSS must distinguish when a live Contact is
    reached versus when an answering machine or voicemail has been
    reached on voice-delivered devices.
    
    
    REPORTING
    
    M70. 
    Dashboard: The ENOSS must provide a real-time dashboard for each
    active notification broadcast allowing Administrators and Users
    to view broadcast parameters (e.g. devices, start time, duration
    and number of cycles) and see status of broadcast results (e.g.
    confirmation and responses).
    
    M71. 
    History: The ENOSS must allow Administrators and Users to view a
    history of Message results for the entire period of the contract.
    
    M72. 
    Audit Trail: The ENOSS must produce real-time Message broadcast
    result reports using all application data which contains, but is
    not limited to, all of the following information:
    (i). Name, date and time of the Message;
    (ii). Name of the Administrator or User who initiated the
    broadcast;
    (iii). Number of redial attempts requested by initiator;
    (iv). Summary statistics, including total notified Contacts,
    total confirming receipt/not confirming receipt, percentage
    confirming receipt/not confirming receipt. If a polling Message,
    a total for each response. This information must be collated for
    individual messages and  cumulatively; and
    (v). Detailed calling information, including call-result of each
    attempt within the broadcast, the addresses and associated phone
    numbers attempted, the attempt number and the result (e.g.,
    confirmed with date and time, busy, no answer or voicemail).
    
    M73. 
    Export: The ENOSS must export all types of report data in CSV,
    XLS, HTML, or PDF formats, as defined by an Administrator or
    User. 
    
    M74. 
    Printing: The ENOSS must allow Administrators and Users to print
    real-time reports of any data or statistics directly from the
    GUI.
    
    M75. 
    Reports: Upon request, the Service Provider must search and
    generate reports based on user-defined criteria and/or key words
    including wild card searches. In addition, the Service Provider
    must retain a permanent record of all reports.
    
    
    APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT
    
    - Agreement on Internal Trade (AIT)
    - North American Free Trade Agreement (NAFTA)
    
    
    JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
    
    ERMS Advantage is a fully hosted, off-the-shelf, web-based
    emergency notification and management solution that is used by
    organizations for the purpose of managing their vital emergency
    processes, enabling effective communications and management of
    crisis situations and incidents. ERMS Advantage supports
    Agriculture & Agri-Food Canada's emergency notification
    requirements without any additional configuration to our IT
    infrastructure.
    
    ERMS Advantage will allow Agriculture & Agri-Food Canada to
    effectively manage and maintain its self-registered contact data
    and issue security threat notifications in fully redundant and
    secure hosting facilities. 
    
    ERMS Advantage fully satisfies AAFC's requirements for a
    Bilingual (English/French) Emergency Mass Notification System as
    per the criteria identified.
    
    ERMS Advantage fully satisfies AAFC's security requirements for
    a hosted Protected "A" solution. 
    
    
    GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)
    
    Section 6 of the Government Contract Regulations is being
    invoked in this procurement as only one person or firm is
    capable of performing the contract.
    
    
    EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    
    Annex 4.4 article 506.12(b) of the AIT is applicable on the
    basis of limited tendering where there is an absence of
    competition for technical reasons and the goods or services can
    be supplied only by a particular supplier and no alternative or
    substitute exists, respectively.
    
    Article 1016.2(b) of NAFTA is applicable on the basis of limited
    tendering due to reasons where, for works of art, or for reasons
    connected with the protection of patents, copyrights or other
    exclusive rights, or proprietary information or where there is
    an absence of competition for technical reasons, the goods or
    services can be supplied only by a particular supplier and no
    reasonable alternative or substitute exists.
    
    
    OWNERSHIP OF INTELLECTUAL PROPERTY
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the
    Contractor.
    
    
    THE PERIOD OF THE PROPOSED CONTRACT OR THE DELIVERY DATE(S)
    
    The proposed contract is for a period of 1 year that includes 4
    additional 1-year options. All delivery mentioned in the
    requirement shall be delivered within 10 days of Contract award.
    
    
    NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER:
    
    ERMS Solutions Limited
    2916 S Sheridan Way #300
    Oakville, Ontario
    L6J 7J8
    
    
    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.
    
    The conditions of the developer's shrink-wrap license are not
    acceptable to the Crown. This software is proprietary, and the
    proposed Contractor must have the authority to negotiate the
    terms and conditions of the contract and the related software
    licensing terms including, but not limited to; limitation of
    liability, indemnification, transferability of license,
    termination/refund to the Crown. Documents may be submitted in
    either official language of Canada
    
    
    INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    
    Jonathan Vinet
    Contracting Authority
    Public Works and Government Services Canada
    Gatineau, Québec, Canada  K1A 0S5
    Jonathan.vinet@tpsgc-pwgsc.gc.ca
    Telephone 819-956-2940
    Government of Canada
    
    
    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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Vinet, Jonathan
    Phone
    (819) 956-2940 ( )
    Address
    4C1, Place du Portage Phase III
    11 Laurier St./11, rue Laurier
    Gatineau, Québec, 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
    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
    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: