Oracle Environmental Scan

Solicitation number 21120-23-4211883

Publication date

Closing date and time 2023/02/02 14:00 EST

Last amendment date


    Description

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    Reference Number: 21120-23-4211883

    Solicitation Date: 2023-01-11

    Closing Date: 2023-01-26 02:00pm Eastern Standard Time

    Anticipated Start Date: 2023-03-01

    Estimated Delivery Date: 2024-02-29

    Estimated Level of Effort: 85 days - Business Consultant / 65 days - ERP Systems Analyst

    Contract Duration: The Contract Period will be for a period of one (1) year from the date of the contract.

    Solicitation Method: Competitive

    Applicable Trade Agreements: CFTA, Canada-Korea Free Trade Agreement, Free-Trade Agreements with Chile, Columbia, Honduras, Panama, Peru.

    Comprehensive Land Claim Agreement: 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 – Business Consultant

    One (1) Level 3 – ERP Systems Analyst

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

    1. Alika Internet Technologies Inc.

    2. BDO Canada LLP

    3. Bridgetown Consulting Inc.

    4. Cache Computer Consulting Corp.

    5. CACHE COMPUTER CONSULTING CORP., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., in Joint Venture

    6. Deloitte Inc.

    7. Flex Tech Services Inc.

    8. IBM Canada Limited/IBM Canada Limitée

    9. Infosys Public Services Inc

    10. IT/NET OTTAWA INC, KPMG LLP, in joint venture

    11. KPMG LLP

    12. Leverage Technology Resources Inc., Farlane Systems Inc., IN JOINT VENTURE

    13. Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture

    14. Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE

    15. Samson & Associés CPA/Consultation Inc.

    Description of Work:

    CSC’s Corporate Services, specifically Financial Policies, Practices and Systems (FPPS) requires the professional services of one (1) Stream 4: Business Services; B.3 Business Consultant; and one (1) Stream 1: Application Services; A.4 ERP System Analyst to conduct an environmental scan in order to realize efficiencies through the business lines, and the optimal use of the Integrated Financial and Materiel Management System (IFMMS). Improved, efficient and lean business processes, coupled with efficiencies in IFMMS will allow FPPS to position themselves for an eventual migration to SAP in the coming years.

    -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: Danielle Blanchet

    Phone Number: 506-377-9624

    Email Address: danielle.blanchet@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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Blanchet, Danielle
    Phone
    506-377-9624
    Email
    Danielle.Blanchet@csc-scc.gc.ca
    Address
    340 Laurier Avenue WestOttawa ON K1P 0P9

    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
    Canada
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.