Request for Information #3 - National Digital Evidence Management System and Body Worn Cameras

Solicitation number M7594-212120/D

Publication date

Closing date and time 2021/04/15 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: Yes
    Nature of Requirements: 
    
    National Digital Evidence Management System (DEMS) and Body Worn Cameras (BWC) Project
    
    
    Request for Information (RFI) amendment 002 is raised to extend the RFI closing date and to provide answers to the questions raised by the Industry.
    
    ------------------------------------------------------------------------
    
    Request for Information amendment 001 is raised to extend the RFI closing date and to provide industry with Annex A - Draft Overview and High Level Description of the Requirement.
    
    ------------------------------------------------------------------------
    
    Public Works and Government Services Canada (PWGSC) is issuing this third Request for Information (RFI), on behalf of the Royal Canadian Mounted Police (RCMP). The purpose of this RFI is to solicit feedback from Industry on draft Overview and High Level Description of the Requirement and evaluation criteria that will be included within the formal ITQ which will be published to qualify suppliers who will be able to bid on a future solicitation to acquire a National Digital Evidence Management System (DEMS) and Body Worn Cameras (BWC). 
    
    On October 20, 2020, PWGSC issued RFI #M7594-212120/A and on February 22, 2021, issued RFI #M7594-212120/B seeking industry feedback on a National Digital Evidence Management System and Body Worn Cameras. Canada also sought feedback on other evidence-gathering capabilities from suppliers 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 both RFIs are being reviewed and summarized in Summary of Feedback and Outcomes Reports and will be published on BuyandSell.gc.ca as soon as they are finalized.
    
    Notice #M7594-212120/C was issued on March 26, 2021 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. 
    
    Nature of this RFI:
    
    This RFI is neither a call for tender nor a Request for Proposal (RFP). No agreement or contract will be entered into directly pursuant to this RFI. The issuance of this RFI is not to be considered in any way a commitment by Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This RFI is not to be considered as a commitment by Canada to issue a subsequent RFP or award contract(s) for the work described herein.
    
    Enquiries:
    
    Interested suppliers must note that all communication pertaining to the subject matter of this RFI shall exclusively be directed to the PWGSC Contracting Authority. Interested suppliers must refrain from communicating directly with RCMP stakeholders or with other Government of Canada representatives, regarding any aspect of this procurement process, including the subject matter described herein.
    
    PWGSC Contracting Authority: 
    
    Kate Mulligan
    Public Works and Government Services Canada 
    Email: TPSGC.PACCSGPN-APBWCDEMS.PWGSC@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.

    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
    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 Street
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    002
    French
    12
    002
    English
    52
    001
    French
    14
    001
    English
    84
    000
    French
    24
    000
    English
    132

    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