Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-01-18 00:00:00
Canada CanadaBuys

ATIP NEXT GEN SOLUTION (EN578-210002/A)

Process Number PW-$$XL-168-40459

Dates:


Publication date:

2022-01-18 00:00:00

Amendment date:

None

Date closing:

2022/02/28 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

National Capital Region

End user entity:

Public Works and Government Services Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$$XL-168-40459

Solicitation number:

EN578-210002/A

Description:


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: IMPORTANT NOTICE: A) This Notice of Proposed Procurement is in replacement of previous Solicitation #24062-180627/D for Request Processing Software Solutions (RPSS) intended to support Access to Information and Privacy (ATIP). B) All amendments raised under previous Solicitation #24062-180627/D are applicable under the current EN578-210002/A solicitation for the Next Generation ATIP Solution Software. Please make sure to refer to the 11 amendments addressed under the previous solicitation as some of them address clarifications but also modifications to Statement of Work and Request for Proposal documentation. C) This new Solicitation #EN578-210002/A is intended to replace previous RPSS ATIP solicitation#24062-18027/D as changes were made to the financial assessment by providing a revised Basis of Payment (BOP). Note that no changes were made to the technical assessment. D) Previous bidders that have already provided technical proposal under solicitation #24062-180627/D and willing to use their previous technical proposal, with no modifications, for the current Solicitation #EN578-210002/A, must submit a revised financial bid in response to the revised BOP. By doing so, the bidder certify the validity of the previously technical bid provided. Canada makes no representations as to the compliance of the bids received in the previous solicitation. Bidders must satisfy themselves that their proposals meet all requirements of the solicitation. 1.0 Overview The Request Processing Software Solutions (RPSS’s) are intended to support Access to Information and Privacy (ATIP) offices in over 265 Government of Canada (GC) institutions for the delivery of ATIP services. Given that GC institutions currently provide ATIP services in a wide variety of different ways with software solutions that in most cases are not flexible enough to efficiently retrieve information or allow for interaction/sharing of secured information, the GC seeks to modernize its various request management software solutions used throughout the federal government. New RPSS solutions must provide the GC with more current and more advanced technology in federal ATIP offices and should benefit in terms of significant gains in efficiency and administrative cost savings to process ATIP requests, and abandon existing stove-piped, legacy, and/or paper-based solutions. 1 The GC is therefore seeking to put in place up to 2 multi-departmental contracts per Tier of functionality (Tier I and Tier II) for approximately 265 Government of Canada departments, agencies, Crown corporations and their wholly-owned subsidiaries to leverage. 2.0 Capabilities and Business Requirements Canada seeks a number of capabilities and business requirements to be addressed by the Proposed Solution, including, but not limited to: 2.1 The RPSS must achieve the following: i Automate or increase efficiency of electronically processing ATIP requests and administrative processes; ii Retire manual and/or paper-based processes; iii Increase integration among GC tools and systems; iv Streamline database design to increase performance and reliability; v Centralize data where feasible (single-source) and share via services; vi Reduce overall data footprint; vii Increase accuracy and standardization of data; viii Reduce data entry burden for staff; ix Better utilize existing data for improved analysis, reporting, and decision-making; x Improve system design, interface, usability, and user-friendliness; xi Reduce reliance on manual data corrections to reduce overall operational costs; xii Improve quality of system releases to minimize need for corrective maintenance; xiii Utilize innovative web technologies for integrated and cost-effective solutions; xiv Rapidly and efficiently respond to legislative mandates requiring system changes; xv Reduce overall costs to operate/maintain RPSS for processing ATIP requests; xvi Deploys on single or multi-domain network environments; xvii Interfaces (integrates) with the GC Online Request Service; xviii Produces consistent responses; xix Enables GC institutions to electronically deliver ATIP services in compliance with legislation and policies Including official languages and Accessibility; xx Offers a range of functionality levels for the processing of ATIP requests by GC institutions that have a need for higher levels of automation, integration and reporting; and 2 xxi Offers additional functionality that can support GC institutions with advanced levels of automation, system integration, and specialized functionality for the delivery of their ATIP services. 2.2 (a) Scope for TIER I: The Contractor must provide a cost saving version of the RPSS that provides the basic functionality required to deliver government of Canada ATIP obligations to the Canadian public. At a minimum, the solution at this tier must provide the functionality as described in Appendix A to Annex A of the RFP and must be aligned with Canadian legislation, policies and directives. Requirements such as: i Case Management; ii Electronic Redaction; iii Collaboration; iv Search and Reporting; v Auditing; and vi Application Security 2.2 (b) Scope for TIER II: The Contractor must provide a robust version of the RPSS that provides the basic and advanced functionality required to deliver government of Canada ATIP obligations to the Canadian public. The Solution at this tier must provide the functionality as described in Appendix B to Annex A of the RFP and must be aligned with Canadian legislation, policies and directives. Tier II requirements provide additional functionality and / or more precision to requirements identified in the Tier I solution. A feature-rich solution that supports GC institutions with advanced levels of automation, system integration and specialized functionality to deliver ATIP services. Requirements such as: i Correspondence management; ii Fees management; iii Alerts; iv Workflow Management; v Metrics and Data Analysis; and vi Pattern Recognition and Machine Learning Delivery Date: 18/01/2022 The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.

Contact information:


Contact name:

Bahidj, Dalia

Contact email:

dalia.bahidj@tpsgc-pwgsc.gc.ca

Contact phone:

(873) 455-4889 ( )

Contact address:

Terrasses de la Chaudière 4th Floor, 10 Wellington Street 4th etage, 10, rue Wellington Gatineau Québec K1A 0S5

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW__XL.B168.E40459.EBSU000.PDF 000 English 2022-01-18
ABES.PROD.PW__XL.B168.F40459.EBSU000.PDF 000 French 2022-01-18

Attachments:


File Amendment Number Language Date added
ABES.PROD.PW$$XL.B168.E40459.ATTA1.PDF Not available English 2022-01-18
ABES.PROD.PW$$XL.B168.F40459.ATTA1.PDF Not available French 2022-01-18