SBIPS - Domain of Expertise 5. Information Management/Business Intelligence
Solicitation number FIN-2021149
Publication date
Closing date and time 2022/03/09 14:00 EST
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
SOLUTIONS BASED INFORMATICS PROFESSIONAL SERVICES (SBIPS)
GSIN: D302A: Informatics Professional Services
Reference Number:
FIN-2021149
Solicitation Number:
FIN-2021149
Organization Name:
Department of Finance
Solicitation Date:
February 15, 2022
Closing Date:
March 9, 2022 at 2:00 P.M. EST (Eastern Standard Time)
Anticipated Start Date:
April 1, 2022
Contract Duration:
The contract period will be from the award date of contract to September 30, 2023 with an irrevocable option to extend it for up to six (6) additional months.
Solicitation Method:
Competitive
Applicable Trade Agreements:
See below.
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
1
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the Domain of Expertise 5. Information Management/Business Intelligence .
The following SA Holders have been invited to submit a proposal:
Accenture Inc.
CGI Information Systems and Management Consultants Inc.
Coradix technology Consulting Ltd.
IT/NET OTTAWA INC, KPMG LLP, in joint venture
MDA Systems Ltd.
OnX Enterprise Solutions Ltd.
Orangutech Inc.
SAS Institute (Canada) Inc.
The Bell Telephone Company of Canada or Bell Canada
Vurtur Communications Group
Attain Insight Solutions Inc.
IBM Canada Limited/IBM Canada Limitée
Mindwire Systems Ltd.
Thales Canada Inc.
Zernam Enterprise Inc
- ADGA Group Consultants Inc.
- Pricewaterhouse Coopers LLP
- Sierra Systems Group Inc.
- Le Groupe Conseil Bronson Consulting Group
- Deloitte Inc.
Description of Work:
The Information Management and Technology Directorate (IMTD) of the Department of Finance (DoF) requires the services of a Contractor to architect, engineer, configure, showcase, via a proof of concept (POC), and implement an enterprise wide Microsoft M365 based Electronic Document and Records Management System (EDRMS) leveraging Microsoft M365 products and Azure platform and services. The requirement includes the training/knowledge transfer for the new DoF M365 EDRMS solution, as well as the migration of the Department’s data from the existing SharePoint 2016 On-Premise platform to the new cloud solution.
At the end of the contract, the Department of Finance may decide to exercise the option to execute the migration of the Department’s data from the existing File Servers to the newly implemented DoF M365 EDRMS solution.
The work is currently not being performed by a Contractor.
Security Requirement: Common professional services Security Requirement Check List (SRCL) #6
Minimum Corporate Security Required: Designated Organization Screening (DOS) - Reliability
Minimum Resource Security Required: Reliability Status
Applicable Trade Agreements:
The Canadian Free Trade Agreement (CFTA)
The Canada-Chile Free Trade Agreement
The Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
The Canada-Colombia Free Trade Agreement
The Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
The Canada-Honduras Free Trade Agreement
The Canada-Korea Free Trade Agreement
The Canada-Panama Free Trade Agreement
The Canada Peru Free Trade Agreement
The Canada-Ukraine Free Trade Agreement
The World Trade Organization- Agreement on Government Procurement (WTO-GPA)
Contract Authority
Name: Farrah Bartal
Email Address: procurement-approvisionnement@fin.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: Solutions‐Based Informatics Professional Services (SBIPS) 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@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-Ukraine Free Trade Agreement (CUFTA)
-
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Department of Finance
- Address
-
90 Elgin StreetOttawa, Ontario, K1A0G5Canada
- Contracting authority
- Bartal, Farrah
- Email
- procurement-approvisionnement@fin.gc.ca
- Address
-
90 Elgin StreetOttawa, ON, K1A 0G5CA
Buying organization(s)
- Organization
-
Department of Finance
- Address
-
90 Elgin StreetOttawa, Ontario, K1A0G5Canada