NATIONAL INTEGRATED COMPLIANCE AND ENFORCEMENT MANAGEMENT SOLUTION (NICEMS)

Solicitation number HT372-192532/B

Publication date

Closing date and time 2021/08/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Notice of Proposed Procurement (NPP) 
     
    National Integrated Compliance and Enforcement Management Solution (NICEMS) 
    
    This is the final bid solicitation package being made available to all interested bidders. Interested bidders are to submit their bids in accordance with the bid solicitation document.
     
    1. Overview and Background
    The Tobacco Control Directorate (TCD) and the Tobacco and Vaping Compliance and Enforcement Program (TVCEP) within Health Canada (HC) are seeking a National Integrated Compliance and Enforcement Management Solution (NICEMS), hereafter referred to as “the Solution”. Canada requires perpetual licenses for a web based National Integrated Compliance and Enforcement Management Solution that will be managed and hosted by the Contractor on a Shared Services Canada (SSC) certified 3rd party Protected B cloud platform. The Solution must enable Health Canada to deliver on its mandate to support its national Compliance and Enforcement (C&E) program activities authorized under the Tobacco and Vaping Products Act (TVPA). The Solution will replace TCD/TVCEP’s existing suite of legacy C&E web applications and various software tools with a single integrated solution that includes functionality from the legacy applications as well as new functionality.
    
    The result will be a Solution that:
    • Allows the Tobacco Control Directorate (TCD) and the Tobacco and Vaping Compliance and Enforcement Program (TVCEP) to:
    o Meet the business and legislative needs with respect to tobacco and vaping products as required under the Tobacco and Vaping Products Act (TVPA), it’s Regulations, and other related legislations;
    o Plan, carry out, track, document, and evaluate its national Compliance and Enforcement (C&E) program activities with respect to tobacco and vaping products; 
    o Receive electronically submitted structured data through a secure portal and secure Representational State Transfer (RESTful) API;
    o Receive public comments and complaints through a secure portal in accordance with Canada’s Federal Identity Program; and
    o Perform data analytics.
    • Provides a mechanism for the tobacco and vaping product industry to submit mandated reports electronically through a secure portal in accordance with Treasury Board Secretariat (TBS) policy. 
    • Provides business process workflows.
    • Provides workload management.
    • Includes functionality from the legacy applications as well as new functionality. 
    • Must be easily modifiable to accommodate ongoing new and developing tobacco and vaping products legislation, and C&E business policies, processes, procedures, guidelines and programs.
    • Must be located in Canada.
    • Must be compliant with Canada’s security requirements. 
    
    The staff responsible for C&E program activities are located in several organizational units across Canada. Some inspectors work in remote locations with little or no internet connectivity for extended periods. C&E program activities are carried out across Canada and are conducted on-site (at establishment locations) or off-site (not at establishment locations) under the authority of the appropriate federal legislation. C&E activities include: 
    • Compliance promotion 
    • Inspections  
    • Investigations    
    TCD/TVCEP business is currently supported by three legacy custom-built C&E web applications: 
    • Tobacco Reporting Regulations System (TRRS), which is used to track the receipt of industry reports and document the compliance of regulated parties with the Tobacco Reporting Regulations (TRR); 
    • Tobacco Compliance Information Management System (TCIMS), which is used to document other compliance and enforcement activities (compliance promotion, inspection, and investigation); and 
    • Federal Electronic Tobacco Reporting and Evaluation System (FETRES), which is primarily used to validate industry report data used in research and market surveillance work. 
    The users of the Solution will be Government of Canada employees. The secure portal will be used by the tobacco and vaping products industry to submit legislated reports, as well as by the public to submit complaints and requests for information.     
    
    2. Summary Requirements Description
    The following is a summary of the project requirements. Details of Canada’s requirements will be available in the Request for Proposal.
     
    Canada seeks a Solution that delivers on all of Canada’s expressed capabilities and business requirements, for example, but not limited to, the following:
    • User interfaces, documentation, and support available in both of Canada’s official languages (English and French);
    • Guided, event driven workflows for creating and updating C&E activities and establishment profiles;
    • Configuration and management of Solution parameter values, for example, but not limited to, the following:
    o Content of data validation and pick-list tables
    o Business rules
    o Business process workflows
    o Templates and Data Entry forms
    o Notification and Alerts
    o Workload Overview Displays
    • User Account and Profile management;
    • Generated and send all internal and external notifications and alerts triggered by business rules and business process workflows;
    • Print functionality for all activity-related documents, based on templates, and activity data as required for implementation of all workflows;
    • User Interface indication of mandatory, conditionally mandatory, read only, and calculated data elements;
    • Error checking and data validation on user input according to provided business rules including alerts and notifications;
    • A secure Online Portal (guided form-based submission) and an API-Based Submission for electronic submission of structured data and supporting files (i.e. images or other media files), including error checking, data validation, and alerts;
    • User workload management including, but not limited to, displaying and viewing ongoing and newly assigned work, work that has been reassigned, and completed work;
    • Search functionality for all specific record types and combinations of record types on demand;
    • Business Intelligence and data analytics functionality;
    • Access to the Solution data by Extract, Transform, and Load (ETL) tools;
    • Generated, print, and export results from pre-defined reports and ad-hoc queries;
    • Document activities and establishments while not connected to the internet (i.e., offline mode) and to sync the data once connectivity is restored;
    • Establishment address validation via a regularly updated address validation service;
    • Audit all solution user activity.
    The Contractor’s proposed Solution may be comprised of any combination of commercial-off-the-shelf (COTS) software; the resulting configuration of such software must allow operation of the Solution at all times, in accordance with the Statement of Work. The Contractor’s proposed Solution must be configured to, but not limited to, the following: 
    • Include hosting services that meet Government of Canada data residency requirements;
    • Meet Government of Canada security requirements and industry best practices;
    • Include migrate legacy application data;
    • Include secure maintenance and technical support;
    • Include training and other professional services, as and when requested; 
    • Include regularly updated solution-based training materials and documentation, including all requisite software licenses and warranties; and
    • Government of Canada will retain ownership of all data in the Solution including business data, monitoring data, and metadata.
    
    
    
    3. Proposed Procurement Strategy
    This openly competitive procurement process and resulting Contracts will follow an agile procurement approach in order to encourage more effective collaboration with vendors. Being agile means approaching the project in stages while assessing and addressing challenges along the way. 
    The competitive agile procurement process will result in the award of up to three (3) Contracts at a predefined value over a set duration for the 3 top-ranked Bidders to develop independently a Capability and Usability Assessment (CUA) Prototype Solution. 
    Following the delivery of the Contractors CUA Prototype Solutions, Canada will conduct an assessment of the proposed prototype Solutions. Additionally, Canada will, at its sole discretion, test the proposed Solution by top-ranked Contractor (identified after the CUA assessment) through the Proof of Proposal (PoP) test to confirm both that its solution will function as described within the HC IT environment and that it meets the stated technical functionality requirements.
    At Canada’s sole discretion, the option for a Contractor to deliver the production ready Solution, will be exercised in accordance with the Statement of Work and the evaluated Bid price of the Contract.  
    This agile procurement strategy is intended to provide Canada, at its sole discretion, the rights to exercise its irrevocable option to contract with any of the Contractors who participated in the CUA to implement a portion of the Work if it is determined that this would best meet the needs of Canada. 
    The decision to award up to 3 Contracts to the top-ranked Bidders for the prototype contracts and ultimate selection of one or more Contractor(s) to develop and deliver the full Solution will be based on the combined highest score of technical, financial and CUA assessments. 
    The resulting agile Contracts will include irrevocable options allowing Canada to extend the term of the Contract to mitigate performance-related risks.  While Canada intends to issue a Contract(s) of a specific duration, Canada will reserve the right to continue to Contract for and leverage this Solution for as long as it makes business sense for Canada to do so. 
    This agile procurement will include provisions that allows for the contracted Solution(s) to evolve with time and technology, including incorporation of functionality or technology that isn’t currently part of the requirement.  
    The resulting contract will grant Canada the right to consider these evolutionary functionality or technology to be part of the ongoing scope of the work being done under the Contract, subject to Canada’s internal approval processes. 
    Additionally, the resulting Contract will include provisions to grant Canada the sole reserve to, at a subsequent date and at its sole discretion, identify the solution either as a multi-departmental solution, or designate the solution as a Government of Canada Enterprise-wide standard if and when determined by the GC-Enterprise Architecture Review Board (GCEARB).
    
    
    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.

    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
    Grant, Ryan
    Phone
    (873) 355-1916 ( )
    Email
    Ryan.grant@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    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
    English
    28
    005
    French
    4
    004
    English
    26
    004
    French
    5
    003
    English
    30
    003
    French
    5
    002
    English
    34
    002
    French
    5
    001
    English
    61
    001
    French
    10
    English
    30
    English
    71
    English
    35
    English
    29
    000
    English
    142
    English
    25
    English
    30
    English
    34
    English
    29
    French
    4
    French
    3
    French
    5
    French
    6
    French
    16
    French
    2
    000
    French
    23
    French
    3
    French
    2

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.