Dynamics 365 Professional Services Omnibus
Solicitation number 20230820
Publication date
Closing date and time 2023/09/01 14:00 EDT
Last amendment date
Description
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
Contract duration
The estimated contract period will be 24 month(s).
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
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
Contact information
Contracting organization
- Organization
-
Office of the Superintendent of Financial Institutions
- Address
-
255 Albert St
Ottawa, ON, K1A0H2CA
- Contracting authority
- France Emond
- Phone
- (343) 573-0383
- Email
- contracting@osfi-bsif.gc.ca
- Address
-
255 Albert St
Ottawa, ON, K1A0H2CA
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 |
---|---|---|---|---|
NOTICE OF PROPOSED PROCUREMENT.pdf | This document was removed on 2023/08/11. | |||
AVIS DE PROJET DE MARCHÉ.pdf | This document was removed on 2023/08/11. |
Access the Getting started page for details on how to bid, and more.