SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Dynamics 365 Professional Services Omnibus

Status Awarded

Contract number 20230820

Solicitation number 20230820

Publication date

Contract award date

Last amendment date

Amendment value

CAD 3,712,500.00

    Description

    This contract was awarded to:

    Accenture Inc.

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A
    P.9 Project Manager
    B.1 Business Analyst
    A.7 Programmer/Analyst
    A.11 Tester
    A.1 Application/Software Architect
    I.5 IM Architect

    Reference Number: 20230820 Solicitation Number: 20230820

    Organization Name:
    Office of the Superintendent of Financial Institutions (OSFI)
    Solicitation Date: 2023-08-04 Closing Date: 2023-09-01

    Anticipated Start Date:
    To be determined

    Estimated Delivery Date: 2025-04-01 Estimated Level of Effort: TBD (Per Task Authorizations)
    Contract Duration: The contract period will be from the date of contract award to two years later, with an irrevocable option to extend it for up to one (1) additional one (1) -year period.
    Solicitation Method: Competitive Applicable Trade Agreements: WTO-AGP, CKFTA, CFTA…
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1

    Requirement Details

    Tendering Procedure: Selective Tendering
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region and Greater Toronto Area.

    The following SA Holders have been invited to submit a proposal:
    1. 01 Millennium Consulting Inc.
    2. 7 Theta Inc
    3. Accenture Inc.
    4. Cistel Technology Inc.
    5. CVL INFORMATION SOLUTIONS INC.
    6. Evolving Web Inc.
    7. Flex Tech Services Inc.
    8. GREEN LIGHT CONSULTING SOLUTIONS INC.
    9. IBM Canada Limited/IBM Canada Limitée
    10. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    11. KPMG LLP
    12. Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
    13. TRM Technologies Inc.
    14. Tundra Technical Solutions Inc
    15. VERSATIL BPI INC, SOLUTIONSTAT, CONSULTATION ET FORMATION EN STATISTIQUE INC. in joint venture"

    Description of Work:
    The IM/IT Division of the Office of the Superintendent of Financial Institutions (OSFI) has a requirement for the provision of IT professional services, on an “as and when requested” basis, in the National Capital Region (NCR), and the Greater Toronto Area (GTA), to deliver IT expertise in support of OSFI applications over the next two to three fiscal years.

    Security Requirement: Common PS SRCL #19 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Reliability or Secret

    Contract Authority
    Name: France Emond
    Email Address: contracting@osfi-bsif.gc.ca

    Inquiries
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact rcnmdai.ncrimos@tpsgc-pwgsc.gc.ca

    Business address

    45 O’Connor St., Suite 600

    Ottawa, ON, K1P 1 A4
    CA
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity code
    Array
    Region(s) of delivery
    National Capital Region (NCR)
    Toronto

    Contract duration

    The contract will be for a period of 23 month(s), from 2023/10/16 to 2025/09/30.

    Total value of contract

    This is the total value of this contract, which includes the initial contract value and the sum of all amendments.

    CAD 3,750,000.00

    Commodity - UNSPSC

    • 83120000 - Information services

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras 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-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Office of the Superintendent of Financial Institutions
    Address

    255 Albert St

    Ottawa, ON, K1A0H2
    CA
    Contracting authority
    France Emond
    Phone
    (343) 573-0383
    Email
    contracting@osfi-bsif.gc.ca
    Address

    255 Albert St

    Ottawa, ON, K1A0H2
    CA
    Date modified: