Project Manager - TBIPS

Solicitation number 21120-24-4525064/A

Publication date

Closing date and time 2024/02/07 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    Reference Number: 21120-24-4525064 Solicitation Number: 21120-24-4525064/A

    Organization Name: Correctional Service Canada (CSC)

    Solicitation Date: 2024-01-15 Closing Date: 2024-02-07 02:00pm Eastern
    Standard Time
    Anticipated Start Date: 2024-04-01
    Estimated Delivery Date: 2025-03-31 Estimated Level of Effort: 240 days per year

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

    Solicitation Method: Competitive Applicable Trade Agreements: Canadian Free trade Agreement (CFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-United Kingdom Trade Community Agreement, World Trade Organization-Agreement on Government Procurement (WTO-GOPA), Canada-Korea Free Trade Agreement, Free-Trade Agreements with Chile, Columbia, Honduras, Panama, Peru.

    Comprehensive Land Claim Agreement: 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 for the following category:
    One (1) Level 3 – Project Manager
    The following SA Holders have been invited to submit a proposal:
    1. Bridgetown Consulting Inc
    2. Cache Computer Consulting Corp
    3. CACHE COMPUTER CONSULTING CORP., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., in Joint Venture
    4. Confluence Consulting Inc. in Joint Venture with Corporate Renaissance Group Inc.
    5. Donna Cona Inc
    6. IDEV Solutions Inc
    7. InSync Systems Inc.
    8. iPSS inc. / Long View Systems Corporation, in Joint Venture
    9. IT/Net - Ottawa Inc.
    10. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    11. KPMG LLP
    12. Miipe Inc.
    13. Randstad Interim Inc.
    14. Rockwell Collins Canada Inc.
    15. The VCAN Group Inc.

    Description of Work:

    CSC’s Corporate Services, specifically Financial Policies, Practices and Systems (FPPS) requires the professional services of one (1) Stream 5: Project Management Services; P.9 Project Manager to support the National Comptrollership Branch Corporate Financial Management System’s priorities and initiatives, such as but not limited to a full ERP migration and other related initiatives as required.
    -Portion of the work is currently being performed by Cache Computer Consulting Corp. under contract (value $1,541,772.00)
    Security Requirement: Common PS SRCL #06 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Enhanced Reliability
    Contract Authority
    Name: Danielle Blanchet
    Phone Number: 506-377-9624
    Email Address: danielle.blanchet@csc-scc.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

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2024/04/01.

    Trade agreements

    • Please refer to tender description or tender documents

    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
    Correctional Service Canada
    Address

    340 Laurier Ave W

    Ottawa, ON, K1P 0P9
    Canada
    Contracting authority
    Danielle Blanchet
    Phone
    (506) 377-9624
    Email
    danielle.blanchet@csc-scc.gc.ca
    Address

    340 Laurier Ave W

    Ottawa , ON, K1P 0P9
    Canada
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.