Enterprise Resource Planning (ERP)

Solicitation number 21120-17-2550611

Publication date

Closing date and time 2017/04/11 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A Enterprise Resource Planning (ERP) Functional Analyst

    Reference Number:

    21120-17-2550611

    Solicitation Number:

    21120-17-2550611

    Organization Name:

    Correctional Service of Canada

    Solicitation Date:

    2016-03-20

    Closing Date:

    2017-04-11 02:00 PM EDT

    Anticipated Start Date:

    2017-05-17

    Estimated Delivery Date:

    2018-05-16

    Estimate Level of Effort: 

     240 days

    Contract Duration:

    The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to three (3) additional one-year periods

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT, CCFTA

    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 for the following category(ies):

    One (1) Level 3 ERP Functional Analyst for Resource Allocation Tool (RAT)

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

    1. Beyond Technologies Consulting Inc.
    1. CGI Information Systems and Management Consultants Inc.
    1. Cistel Technology Inc.
    1. Deloitte Inc.
    1. I4C INFORMATION TECHNOLOGY CONSULTING INC
    1. IAN MARTIN LIMITED
    1. IBM Canada Ltd.
    1. iFathom Corporation
    1. IT Axis Consulting Inc.
    1. IT/Net - Ottawa Inc.
    1. LNW Consulting Inc
    1. Maplesoft Consulting Inc.
    1. Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE
    1. T.E.S. Contract Services INC.
    1. Unisys Canada Inc.

    Description of Work:

    CSC requires the services to support its National Headquarters (NHQ)’s Financial Policy, Practices, and Systems (FPPS) team on up-coming financial systems enhancement project for the Resource Allocation Tool (RAT).

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Lily Nakhle

    Phone Number: 613-947-0861

    Email Address: lily.nakhle@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

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Nakhle, Lily
    Phone
    613-947-0861
    Email
    lily.nakhle@csc-scc.gc.ca
    Address
    340 Laurier Avenue West
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.