SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Two (2) Senior Financial Specialists

Solicitation number 202303081

Publication date

Closing date and time 2023/02/28 13:00 EST


    Description

    Description:

    The Royal Canadian Mounted Police (RCMP) requires two (2) Senior Financial Specialists (Category 3.8) under the provision of the Task and Solutions Professional Services (TSPS) Supply Arrangement.

    The estimated level of effort of the contract will be for approximately 960 days for the initial contract period, and approximately 480 days for each option period.

    The contract period will be for two years from the date of contract with an irrevocable option to extend it for up to two additional one-year periods. The anticipated start date is April 1, 2023.

    The requirement will result in one (1) contract.

    This procurement has been set aside under the federal government's Procurement Strategy for Indigenous Business (PSIB). In order to be considered, a supplier must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB.

    This procurement is set aside from all the trade agreements under the provision each has that permits the procurement to be set aside for Indigenous business.

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 (= $0 - $3.75M) for the following category: Two (2) Senior Financial Specialists (Category 3.8)

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

    1. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., THE HALIFAX COMPUTER CONSULTING GROUP INC., in Joint Venture
    2. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    3. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    4. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    5. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    6. Mobile Resource Group Inc
    7. NATTIQ INC.
    8. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    9. Orbis Risk Consulting Inc.
    10. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    11. Turtle Island Staffing Inc.

    Level of Security Requirement:

    Resource Minimum Security Level Required: RCMP ENHANCED RELIABILITY Status

    Document Safeguarding Required: See SRCL and related clauses

    Basis of selection: Technically responsive bid with lowest evaluated price.

    Tenders must be submitted to the RCMP Bid Receiving Unit at: Hannah.State@rcmp-grc.gc.ca

    Canada retains the right to negotiate with any supplier on any procurement.

    Documents may be submitted in either official language of Canada.

    Procuring Office: RCMP - Procurement, Materiel and Assets Management Branch

    Contracting Authority: Hannah State

    Telephone: 506-238-0450

    E-Mail: Hannah.State@rcmp-grc.gc.ca

    The RCMP has adopted the Integrity Regime administered by Public Services and Procurement Canada. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

    Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at https://canadabuys.canada.ca/en/tender-opportunities . Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.

    Indigenous Procurement:

    The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    State, Hannah
    Email
    Hannah.State@rcmp-grc.gc.ca

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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)
    French, English
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited 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: