Courts and Registry Management System

Solicitation number 5X001-181157/C

Publication date

Closing date and time 2022/09/09 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: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    AMENDMENT 004 TO NOTICE OF PROPOSED PROCUREMENT
    
    The objective of this amendment 004 to the Notice of Proposed Procurement is to:
    
    - Notify Industry that the Notice of Proposed Procurement will be cancelled as of September 09, 2022. 
    
    
    ---------------------------------------------------------
    
    
    AMENDMENT 003 TO NOTICE OF PROPOSED PROCUREMENT
    
    A. The objective for Amendment 003 to the Notice of Proposed Procurement is to:
    
    - Encourage interested suppliers that did not submit responses by June 17, 2022 to respond by Friday July 22, 2022. 
    
    Canada will continue receiving responses and questions after July 22, 2022 until the launch of the RFP. However, responding by July 22, 2022 will allow sufficient time for Canada to complete the review of the responses resulting from this RFI and to adjust the RFP accordingly.
    
    B. Response to this request:
    
    Canada may, at its sole discretion, contact any respondents to follow up with additional questions or for clarifications of any aspect of a response. Any questions that are not of a proprietary nature and subsequent answers will be posted as a summary within five (5) weeks from the last consultation with any respondent. Any proprietary information that would be deemed as unfair advantage to any supplier will not be posted unless the supplier agrees to posting in the Q&A summary. 
    
    In their response to this RFI, suppliers should explain any assumptions they make in their replies. Any marketing or promotional information submitted as part of any reply may not be reviewed. Responses received will not be used for competitive or comparative evaluation purposes; thus, the reply format is not as rigorously defined as it would normally be for an RFP. 
    
    Canada will not reimburse any supplier for expenses incurred in responding to this NPP.
    
    C. Next Steps:
    
    Release of the Request for Proposal (RFP) for the CAS procurement process is anticipated in early fall 2022. The final RFP documents are subject to change based on the feedback provided by Industry. However, we wish to emphasize that this RFI  may not ultimately result in any procurement.
    
    
    ---------------------------------------------------------
    
    
    AMENDMENT 002 TO NOTICE OF PROPOSED PROCUREMENT
    
    Clarification:
    
    Please note that the deadline of June 17, 2022 to receive responses to this RFI is flexible. As a result, the RFI will remain open until the launch of the RFP, which is anticipated to be published in the Fall of 2022. Consequently, Canada will continue receiving responses and questions after June 17, 2022 until the launch of the RFP.
    
    For the benefit of Canada, Industry is strongly encouraged to submit responses on or before by June 17, 2022. The June 17, 2022 date included with this agile approach will allow sufficient time for Canada to complete the review of the responses resulting from this RFI and to adjust the RFP accordingly.
    
    
    ---------------------------------------------------------
    
    
    AMENDMENT 001 TO NOTICE OF PROPOSED PROCUREMENT
    
    A. Objectives for Amendment 001 to the Notice of Proposed Procurement:
    
    The objective of this amendment 001 to the Notice of Proposed Procurement are:
    
    - Notify Industry that the closing date for the RFI is Friday June 17, 2022. This is the deadline to submit responses. However, PSPC and CAS will be extending the RFI until the launch of the RFP (if any) to provide Industry with additional time to prepare for the upcoming solicitation process. During this time, and until the RFP solicitation process has been launched, as it may be the case, Canada will continue to welcome comments, questions and feedback from Industry in order to further refine the proposed solicitation.
    
    - Provide answers to questions raised to date (Please refer to Amendment No. 001).
    
    B. Response to this request:
    
    Canada may, at its sole discretion, contact any respondents to follow up with additional questions or for clarifications of any aspect of a response. Any questions that are not of a proprietary nature and subsequent answers will be posted as a summary within five (5) weeks from the last consultation with any respondent. Any proprietary information that would be deemed as unfair advantage to any supplier will not be posted unless the supplier agrees to posting in the Q&A summary. 
    
    In their response to this RFI, suppliers should explain any assumptions they make in their replies. Any marketing or promotional information submitted as part of any reply may not be reviewed. Responses received will not be used for competitive or comparative evaluation purposes; thus, the reply format is not as rigorously defined as it would normally be for an RFP. 
    
    Canada will not reimburse any supplier for expenses incurred in responding to this NPP.
    
    C. Next Steps:
    
    Release of the Request for Proposal (RFP) for the CAS procurement process is anticipated in early fall 2022. The final RFP documents are subject to change based on the feedback provided by Industry. However, we wish to emphasize that this RFI  may not ultimately result in any procurement.
    
    
    ---------------------------------------------------------
    
    
    NOTICE OF PROPOSED PROCUREMENT
    
    The efficient and timely functioning of the justice system is a priority for the Federal Court of Appeal (FCA), the Federal Court (FC), the Court Martial Appeal Court of Canada (CMAC), the Tax Court of Canada (TCC) (the Courts), the Courts Administration Service (CAS) and court users.
     
    The Courts have jurisdiction over a wide range of federal laws and regulations (more than 100 statutes) impacting Canadians and businesses. The Courts provide essential fora where disputes are heard and resolved, including indigenous matters, maritime and admiralty matters, immigration matters, intellectual property disputes, appeals of court martial decisions, and tax appeals related to the Income Tax Act, the Excise Tax Act and other federal taxing statutes.
      
    The FCA has jurisdiction to hear appeals from judgments of the FC and the TCC. In addition, the FCA has jurisdiction to hear judicial review applications with respect to sixteen (16) federal boards and tribunals listed under section 28 of the Federal Courts Act. It also hears appeals pursuant to other federal legislation. 
    
    The FC is a national trial court, which hears and decides legal disputes arising in the federal domain, including claims against the Government of Canada (GC), civil suits in federally-regulated areas and challenges to the decisions of federal tribunals.
    
    The CMAC functions as the appellate court for courts martial (trial courts within the military), which hear appeals from sentencing, convictions and acquittals under the Code of Service Discipline, Part III of the National Defence Act. The CMAC has exclusive jurisdiction over all service offences committed abroad and military specific offences committed both abroad and within Canada. Within Canada, the CMAC has concurrent jurisdiction with civilian criminal courts over civil offences committed in Canada; however, civilian criminal courts have exclusive jurisdiction over murder, manslaughter and abduction of a minor when committed in Canada. The CMAC deals primarily with criminal law cases where important liberty interests are at stake.  The CMAC can also be called upon to conduct hearings abroad.
    
    The TCC is a superior court to which individuals and companies may litigate with the GC on matters arising under legislation over which the Court has exclusive original jurisdiction. The bulk of the appeals to the TCC relate to income tax, the goods and services tax/harmonized sales tax, the Canada Pension Plan, and employment insurance. The TCC also hears references from the Canada Revenue Agency (CRA) to provide interpretations of the legislation within its areas of jurisdiction.
    
    The Courts play a vital role in Canada’s democratic process. Fair and timely access to justice, which has major implications for individuals, business and government, increasingly depends upon the use of modern information technology (IT).
    
    At this time, Canada is seeking information on behalf of CAS from potential suppliers about the possible solutions for Courts and Registry Management Systems. This RFI’s objective is to better understand the market of available solutions that could meet the four Courts’ individual requirements.
    
    Please refer to the Request for Information document for complete details regarding this requirement.
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    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
    Karangwa, Clarisse
    Phone
    (873) 355-5368 ( )
    Email
    clarissa.karangwa@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
    Courts Administration Service
    Address
    90 Sparks Street
    Ottawa, Ontario, K1A 0H9
    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
    006
    French
    4
    006
    English
    10
    005
    English
    55
    005
    French
    4
    004
    English
    22
    004
    French
    2
    003
    English
    18
    003
    French
    2
    002
    English
    18
    002
    French
    4
    001
    English
    29
    001
    French
    5
    000
    English
    76
    000
    French
    19

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

    Summary information

    Notice type
    Request for Information
    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
    Not applicable
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.