SAP Migration Initiative
Solicitation number 21120-20-3247174
Publication date
Closing date and time 2020/06/26 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
Reference Number:
21120-20-3247174
Solicitation Number:
21120-20-3247174
Organization Name:
Correctional Services Canada
Solicitation Date:
2020-06-11
Closing Date:
2020-06-26 02:00 PM EDT
Anticipated Start Date:
2020-08-01
Estimated Delivery Date:
2021-07-30
Estimate Level of Effort:
Project Executive – 144 days
Project Manager – 240 days
Contract Duration:
The Contract Period will be for one (1) year from the date of the contract with an irrevocable option to extend it for up to two (2) additional one (1) year periods.
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, CCFTA, CPFTA, CCoIFTA, CPanFTA, CFTA, CETA, CPTPP, CKFTA, CUFTA, CHFTA.
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 categories:
One (1) Level 3 P.5 Project Executive
One (1) Level 3 P.9 Project Manager
The following SA Holders have been invited to submit a proposal:
1. 1019837 Ontario Inc.
2. Advanced Chippewa Technologies Inc.
3. Andrew Mazeikis, Andrew Lee
4. ARTEMP PERSONNEL SERVICES INC
5. Attain Insight Solutions Inc.
6. Averna Technologies Inc.
7. BDO Canada LLP
8. Cache Computer Consulting Corp.
9. CGI Information Systems and Management Consultants Inc.
10. IT/NET OTTAWA INC, KPMG LLP, in joint venture
11. Lumina IT inc.
12. NavPoint Consulting Group Inc.
13. Paralucent Inc
14. QMR Staffing Solutions Incorporated
15. Systematix IT Solutions Inc./SystematixTechnologies de L'Information Inc./Les ServicesConseils Systematix Inc. in Joint Venture.
Description of Work:
CSC requires the services of a Project Manager (level 3) and a Project Executive (level 3) to support the National Comptrollership Branch Corporate Financial Management System’s priorities and initiatives, such as but not limited to a full ERP migration to an SAP footprint and other related initiatives as requested.
Bidders must submit a bid for all resource categories.
The work is currently not being performed by a contracted resource
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: 613-293-6610
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-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)
Contact information
Contracting organization
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Nakhle, Lily
- Phone
- 613-293-6610
- Email
- lily.nakhle@csc-scc.gc.ca
- Address
-
340 Laurier Avenue WestOttawa, ON, K1A 0P9CA
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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 |
---|---|---|---|---|
amd_2_rfp_21120-20-3247174.pdf |
French
|
11 | ||
amd_2_rfp_21120-20-3247174.pdf |
English
|
11 | ||
amd_1_rfp_21120-20-3247174.pdf |
French
|
32 | ||
amd_1_rfp_21120-20-3247174.pdf |
English
|
31 |
Access the Getting started page for details on how to bid, and more.