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)

    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
    Nakhle, Lily
    Phone
    613-293-6610
    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

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    French
    11
    English
    11
    French
    32
    English
    32

    Access the Getting started page for details on how to bid, and more.

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: