SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Comprehensive Review

Solicitation number 21120-19-3117045

Publication date

Closing date and time 2019/03/04 13:00 EST


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for Correctional Service Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 1 for the following category:2.3 Business Consultant Senior.

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

    Accenture Inc.

    Adhartas Consulting Inc.

    BDO Canada LLP

    CGI Information Systems and Management Consultants Inc.

    Deloitte Inc.

    Ernst & Young LLP

    Fiscal Realities Economists Ltd.

    Goss Gilroy Inc.

    Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE

    KPMG LLP

    Mindstream Training Center and Professional Services Bureau, Inc

    MNP LLP

    Pricewaterhouse Coopers LLP

    QMR Staffing Solutions Incorporated

    The Institute on Governance

    Évaluation Personnel Sélection International Inc.

    Description of the Requirement:

    The Contractor will be required to undertake a detailed examination and analysis of the CSC completed Program Assessments that have been supported as viable options for enhancement, reallocation or reinvestment, to independently verify and validate and recommend changes.

    Additionally, the Contractor will be required to complete a comparative analysis of international counterparts. Comparisons between correctional models are particularly important given CSC’s mandate and scope, and accordingly, that such comparisons and benchmarks in particular instances may require additional analysis and substantiation

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada

    NATO

    Foreign

    X Protected A

     NATO Unclassified

     Protected A

    X Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: _________________________________

    Resource Minimum Security Level Required

    Canada

    NATO

    Foreign

    X Protected A

     NATO Unclassified

     Protected A

    X Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: Reliability

    Applicable Trade Agreements:

    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Korea Trade Agreement (CKTA), North American Free Trade Agreement (NAFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Proposed period of contract:

    The proposed period of contract shall be from Contract Award to May 31, 2019.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 80 days.

    File Number: 21120-19-3114075

    Contracting Authority: Steve Perron

    Phone Number: 613-992-6509

    E-Mail: steve.perron@csc-scc.gc.ca

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-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-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Perron, Steve
    Phone
    613-992-6509
    Email
    steve.perron@csc-scc.gc.ca
    Address
    340 Laurier Ave
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: