SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

OFFENDER MANAGEMENT SYSTEM (OMS) MODERNIZATION PROJECT

Solicitation number 21120-206246/C

Publication date

Closing date and time 2022/03/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    OFFENDER MANAGEMENT SYSTEM (OMS) MODERNIZATION PROJECT 
    21120-206246/C
    
    THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE CLOSING DATE OF THE BID  SOLICITATION FROM 29 MARCH 2022, 2:00 PM EDT, TO 31 MARCH 2022, 2:00 PM EDT.  NO FURTHER EXTENSIONS WILL BE GRANTED AT THIS TIME.
    
    
    The Contracting Authority has been updated to:
    
    Name: Margo A. Conn-Harbinson
    Telephone: (613) 858-8108
    E-mail: margo.conn-harbinson@tpsgc-pwgsc.gc.ca
    
    
    Public Works and Government Services Canada (PWGSC), also known as, Public Services and Procurement Canada (PSPC), is issuing a Notice of Proposed Procurement on behalf of Correctional Service Canada (CSC).  
    
    The Correctional Service of Canada (CSC) launched the Offender Management System (OMS) Modernization initiative to modernize and transform the systems and processes used to manage offenders in its care.  This contract provides that CSC will be the initial client, however it will also allow flexibility to potentially offer the same or similar functionality to other government agencies. The Offender Management System (herein also referred to as OMS or the solution) will serve as a "cradle to grave" Solution that is comprised of 18 different business capabilities. Thirteen of the capabilities are standard correctional processes and the remaining 5 capabilities are unique to Canada.  
    
    The following table lists the business capabilities that constitute the functional scope for the OMS project: 
     
    Business Capability Description
    
    1. Profile Management: Includes all background information from sentencing through to criminal sentence end date that CSC collects on offenders at intake when they are authorized into federal custody. 
    
    2. Case Documentation: Informs the development of information used to populate the offender's profile, to support sentencing, case planning, releases, and transfers. 
    
    3. Sentence Management: Collects, analyses and researches information (e.g. sex offender registry orders, extradition, and deportation) to maintain the sentence timeline within federal custody. 
    
    4. Assessments: Results from assessments are used to support placements, guide security classification decision, and determine the types of programs, interventions and services offered to an offender as part of their correctional plan. 
    
    5. Placements and Transfers: Captures when and why inmates can move from one area to another and includes the monitoring of these movements.
     
    6. Personal Property : Focuses on management of admission, authorization, tracking and discharge of offender personal property.
     
    7. Security and Intelligence: Intelligence gathering and analysis including drug strategy, urinalysis, search & seizure for tracking and management of security threat groups and developing analytics that help predict potential security issues. 
    
    8. Interventions and Services: Programs and services that CSC provides to offenders (e.g. correctional programs, education, employment, social programs, hobby/craft and religious accommodation) to encourage reintegration into society while reducing recidivism and maintaining public safety.
    
    9. Case Planning: Provides a unique correctional plan for each offender which is updated based on offender progress and changes to the assessed level of risk. 
    
    10. Contacts and Visits: Tracks and manages visits and indirect mail between an offender including management of different types of visits (in-person, video or private family visits). 
    
    11. Security Operations: Ensures offenders are placed, transferred, accommodated and managed in a manner that ensures their security, the security of staff and other offenders, and the safety of the public.
     
    12. Search and Seizure: Process by which CSC conducts, documents, and tracks searches that may lead to seizures of contraband and unauthorized items.
    
    13. Victims Services: Registered victims are entitled to receive certain information about the offender(s) who harmed them, but must request this information from CSC or the Parole Board of Canada (PBC) such as requests to observe parole hearings. 
    
    14. Grievances: The processes in which offenders are allowed to raise concerns about conditions/events in the institution or community if they believe their rights have been, or are being, violated. 
    
    15. Offender Community Supervision: The management of tasks that occur in the community when an offender is released from an institution.
     
    16. Offender Absences and Releases: Manages all activities and services pertaining to temporary absences of inmates from CSC institutions (e.g. for medical reasons, community service, contact with family, parental responsibilities) and the release of offenders into the community. 
    
    17. Decisions: Made by CSC on an emergency or urgent basis with consideration for an offender’s sentence, history, risk assessment, progress, under CSC authority or the direction of the Parole Board of Canada. 
    
    18. Performance Measurement and Management Reporting (PMMR): The collection, analysis and reporting of performance data to support operations, and to address ad hoc reporting requests. 
    
    The OMS solution must be a fully integrated, enterprise scalable, secure, commercially available software product to manage the capture, collection, classification, storage, organization, prioritization, management, flow, and disclosure of information related to Offender Management. The software solution must have the capability to be able to support up to 17,000 concurrent users without any performance degradation.  
    
    The OMS Modernization Project will be procured through a multi-phase, agile, competitive process that is outlined below.  
    
    Phase 1: Request for Proposal (RFP) Qualification Stage;
    
    Phase 2: Prototype
    
    Stage 1 of Phase 2: Three contracts valued at $100K CAD will be awarded to the three top ranked bidders.  Each will develop and deliver a prototype Solution;
    
    Stage 2 of Phase 2: A Capability and Usability Assessment (CUA) test will be conducted.  The CUA allows end-users to perform usability and capability assessments based on mandatory and, if appropriate, point-rated criteria, to help determine the best preliminary solution for further development.
    
    Stage 3 of Phase 2: A preliminary Supply Chain Integrity (SCI) assessment of the top ranked bidder will be conducted following the successful completion of the CUA.
    
    Phase 3: The option to implement the full Solution will be implemented.  After the CUA is conducted, Canada will at its sole discretion exercise its irrevocable option for the top ranked Contractor (based on the combined rating from the bid evaluation and the CUA assessments) to implement the full, final Solution.  Although it would be Canada’s intent to exercise its irrevocable option to the top-ranked Contractor to implement the full Solution, Canada may at its sole discretion exercise its irrevocable option on the other Contract(s) for all or a portion of the Work if it is determined that this would best meet the needs of Canada.
    
    It is anticipated that the term on any resulting contract for the prototype Solution will be for three years with the irrevocable option to extend the Contract term by up to a five additional year period.  An irrevocable option to extend the Contract term for up to 15 additional, 1-year period(s) is included.
    
    Bidders may contact the Contracting Authority to request a copy of the document in excel format. 
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Conn-Harbinson, Margo A.
    Phone
    (613) 858-8108 ( )
    Email
    margo.conn-harbinson@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Québec, K1A 0S5

    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
    014
    English
    79
    014
    French
    5
    013
    English
    47
    013
    French
    3
    012
    English
    34
    012
    French
    3
    011
    English
    36
    011
    French
    4
    010
    English
    35
    010
    French
    4
    009
    English
    34
    009
    French
    8
    008
    English
    33
    008
    French
    4
    007
    English
    35
    007
    French
    6
    006
    English
    42
    005
    English
    40
    005
    French
    8
    006
    French
    7
    004
    English
    59
    004
    French
    8
    003
    English
    63
    003
    French
    7
    002
    English
    82
    002
    French
    7
    001
    English
    95
    001
    French
    14
    000
    English
    337
    000
    French
    59

    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)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: