Notice - National Digital Evidence Management System (DEMS) and Body Worn Cameras (BWC)
Solicitation number M7594-212120/C
Publication date
Closing date and time 2021/04/30 17:00 EDT
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: Yes Nature of Requirements: National Digital Evidence Management System (DEMS) and Body Worn Cameras (BWC) Project NATURE OF REQUIREMENTS: Public Works and Government Services Canada (PWGSC) is issuing this Notice, on behalf of the Royal Canadian Mounted Police (RCMP), to inform the Industry about the status of the procurement of a National Digital Evidence Management System (DEMS) and Body Worn Cameras (BWC). NATURE OF THIS NOTICE This is not a bid solicitation. This Notice will not result in the award of any contract. Potential suppliers of any goods or services described in RFI #M7594-212120/A and RFI #M7594-212120/B should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this Notice. This Notice is simply intended to provide information to industry about the next procurement phase. On October 20, 2020, PWGSC issued RFI #M7594-212120/A and on February 22, 2021, PWGSC issued RFI #M7594-212120/B on behalf of the RCMP seeking industry feedback on a National Digital Evidence Management System and Body Worn Cameras. Canada also sought feedback on other evidence-gathering capabilities from vendors who currently offer these important products, systems and services. As part of RFI process #M7594-212120/A, Canada held an Industry Engagement Information Session as well as one-on-one vendor demonstrations with industry. RFI #M7594-212120/B was issued to seek additional feedback on a managed service approach for BWC and DEMS, costing methodologies and Basis of Payment structure, provision of services from Indigenous businesses, security considerations, accessibility requirements and other relevant questions. Responses and feedback received in response to each RFI are being reviewed and summarized in Summary of Feedback and Outcomes Reports and will published on BuyandSell.gc.ca as soon as they are finalized. NOTICE PURPOSE The purpose of this Notice is to inform the Industry that Canada intends to move forward with the issuance of an Invitation to Qualify (ITQ), which will be the first phase of the competitive procurement process. Under this process, suppliers will be invited to pre-qualify in accordance with the ITQ terms and conditions. It is Canada’s intent to permit Qualified Suppliers (QS) only to bid on any subsequent solicitation issued as part of this procurement process. Prior to the ITQ phase, Canada intends to issue, in the near future, draft ITQ requirements, including a draft Statement of Work (SOW) and evaluation criteria, to allow the Industry to submit feedback and raise any concerns. The draft SOW will include the scope of the requirement, background information and, expectations. The draft evaluation criteria will include the mandatory requirements that will permit Canada to establish that the QS have the required experience and high level capacity to provide Canada with a software-as-a-service National Digital Evidence Management System and Body Worn Cameras as a managed service that will comply with Canada’s requirements for storing and processing protected B information within a Canada’s certified Protected B infrastructure. An ITQ will be neither a call for tenders nor a solicitation. No contract will result from an ITQ. The issuance of an ITQ is not to be considered in any way a commitment by the Government of Canada (GC) or as authorization to potential participants to undertake any work, which could be charged to Canada. An ITQ may be partially or completely cancelled by Canada at any time, and therefore there is no guarantee of a subsequent procurement phase. Because an ITQ is not a tender, respondents and QS may withdraw from this procurement phase at any time. Respondents who meet all the ITQ mandatory criteria and requirements will be considered a QS. SECURITY REQUIREMENTS There are security requirements that will be associated with this procurement, however they have not yet been defined. Canada will communicate the applicable security requirements to industry once they have been confirmed. In addition, Canada is assessing whether this procurement will be conducted under the security umbrella afforded by the National Security Exception which is provided for in the Trade Agreements. Upon invocation, as applicable, all procurement phases would be excluded from all of the obligations of the trade agreements, for each and all purposes. ACCESSIBLE PROCUREMENT PWGSC’s goal is to ensure that the goods and services the Government of Canada buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate. HIGH LEVEL ACTIVITIES These activities are provided to give industry an idea as to the previous and envisioned steps in the process. Publication of RFI #1 : closed November 27, 2020 Publication of RFI #2 : closed March 17, 2021 Publication of Notice to Industry (This Notice) Publication of RFI #3 Draft ITQ Publication of Formal ITQ Publication of Draft RFP Publication of RFP Contract Award As more information becomes available, the list will be updated to reflect new dates, length of activities and project milestones. PWGSC CONTRACTING AUTHORITY Name: Kate Mulligan Public Works and Government Services Canada Major Projects Procurement Directorate Email address: TPSGC.PACCSGPN-APBWCDEMS.PWGSC@tpsgc-pwgsc.gc.ca ENQUIRIES All enquiries and other communications regarding this procurement and associated industry engagement activities must be submitted exclusively to the PWGSC Contracting Authority. 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-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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Mulligan, Kate
- Phone
- (873) 353-9579 ( )
- Email
- kate.mulligan@pwgsc-tpsgc.gc.ca
- Address
-
Terrasses de la Chaudière 4th Floor
Terrasses de la Chaudière 4e étage
10 Wellington Street,
10 Wellington StreetGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__XU.B005.F39259.EBSU000.PDF | 000 |
French
|
20 | |
ABES.PROD.PW__XU.B005.E39259.EBSU000.PDF | 000 |
English
|
151 |
Access the Getting started page for details on how to bid, and more.