TBIPS – Stream 4, Business Management Services & Stream 5, Project Management Services

Status Awarded

Contract number 202102004

Solicitation number 202102004

Publication date

Contract award date

Contract value

CAD 901,033.75

    Description

    This contract was awarded to:

    PricewaterhouseCoopers LLP.

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

    GSIN: D302A INFORMATICS PROFESSIONAL SERVICES

    Organization Name: Royal Canadian Mounted Police

    Solicitation Date: 2020-10-06 Closing Date: 2020-10-23

    Estimated Level of Effort:

    Business Analyst – Level 1: 85 days

    Business Analyst – Level 2: 135 days

    Business Transformation Architect – Level 3: 35 days

    Change Management Consultant – Level 2: 85 days

    Change Management Consultant – Level 3: 110 days

    Project Executive – Level 3: 135 days

    Project Executive – Level 3: 135 days

    Contract Duration: The contract period will be for two (2) years from the date of contract award with the irrevocable option to extend for up to two (2) additional one (1) year periods.

    Solicitation Method: Open

    Applicable Trade Agreements: World Trade Organization Agreement on Government Procurement (WTO-AGP), Canadian Free Trade Agreement (CFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade, Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, and Canada-Ukraine Free Trade Agreement.

    Comprehensive Land Claim Agreement Applies: No

    Number of Contracts: One (1)

    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 for the following categories:

    Business Analyst – Level 1

    Business Analyst – Level 2

    Business Transformation Architect – Level 3

    Change Management Consultant – Level 2

    Change Management Consultant – Level 3

    Project Executive – Level 3

    Project Executive – Level 3

    The following SA Holders have been invited to submit a proposal:

    1. 2147729 Ontario Corporation - EN578-170432/128/EI

    2. Accenture Inc. - EN578-170432/019/EI

    3. Avenai Inc. - EN578-170432/413/EI

    4. Bridgetown Consulting Inc. - EN578-170432/056/EI

    5. Deloitte Inc. - EN578-170432/087/EI

    6. DLS Technology Corporation - EN578-170432/090/EI

    7. Equasion Business Technologies Consulting Inc. - EN578-170432/103/EI

    8. Ernst & Young LLP - EN578-170432/104/EI

    9. IBM Canada Limited/IBM Canada Limitée - EN578-170432/140/EI

    10. KPMG LLP - EN578-170432/166/EI

    11. Le Groupe Conseil Bronson Consulting Group - EN578-170432/170/EI

    12. Lumina IT Inc. - EN578-170432/179/EI

    13. Pricewaterhouse Coopers LLP - EN578-170432/226/EI

    14. Quarry Consulting Inc. - EN578-170432/293/EI

    15. Raymond Chabot Grant Thornton Consulting Inc. - EN578-170432/512/EI

    Description of Work: The Office of the RCMP’s Chief Financial Officer (CFO) requires the professional services of both business and project management resources. The proposed resources must offer their guidance and expertise in support of projects that will fall under the CFO and within the purview of RCMP Corporate Management and Comptrollership, on an "as and when requested" basis.

    Security Requirement: RCMP SRCL and clauses.

    Minimum Resource Security Required: FA2 – Facility Access

    Contracting Authority:

    Name: Mary Rutledge

    Email Address: mary.rutledge@rcmp-grc.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@pwgsc.gc.ca

    Business address
    Ottawa, Ontario,
    Canada
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • D302A - Informatics Professional Services
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Rutledge, Mary
    Address
    73 Leikin Dr. M1 4th Floor Mail Stop 15
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Date modified: