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) 

System lntegration (SI) Services

Solicitation number 59017-160009/C

Publication date

Closing date and time 2018/05/08 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    SOLUTIONS BASED INFORMATICS PROFESSIONAL SERVICES (SBIPS)
    
    GSIN:  D302A ADP SYSTEM DEVELOPMENT SERVICES  (STAMS)
     
    Reference Number: 20161265 Solicitation Number: 59017-160009/C
    
    Organization’s name:The Department of Public Works and Government Services Canada (PWGSC) on behalf of the Office of the Superintendent of Financial Institutions (OSFI) is soliciting bids for the Supervision Technology Renewal (STTR) Project.
    
    This bid solicitation cancels and supersedes previous bid solicitation number 59017-160009/B dated 2017-11-29 with a closing date of 2018-02-05 at 14:00 Eastern Standard Time (EST). 
       
     
    Tendering Procedures: This request for proposals (RFP) is open only to those Solutions-Based Informatics Professional Services (SBIPS) Supply Arrangement (SA) Holders (issued pursuant to Request for Supply Arrangement solicitation No. EN537-05IT01) who are qualified under Tier 2 for services in the National Capital Region for the Systems Integration Stream. Subject to Canada’s discretion, it is intended to award a contract on behalf of the Office of the Superintendent of Financial Institutions (OSFI), for an initial period of two (2) years, plus one (1) irrevocable option-year. 
    
    Solicitation Method: Competitive Applicable Trade Agreements:  WTO-AGP, NAFTA, CCFTA, CPFTA, CColFTA, CPanFTA CFTA
    
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: N/A    
    
       
    Requirement Details
    
    Tendering Procedure: Selective Tendering
    
    This RFP requirement is open only to those Solutions-Based Informatics Professional Services (SBIPS) Supply Arrangement (SA) Holders (issued pursuant to Request for Supply Arrangement solicitation No. EN537-05IT01) who are qualified under Tier 2 for services in the National Capital Region for the Systems Integration Stream. 
    
    The requirement is described as per the Statement of Work (Part 7 Annex A) of this bid solicitation, which will be part of the eventual contract terms and conditions. 
    
    The following SA Holders have been invited to submit a proposal:
    - Accenture Inc.
    - ADGA Group Consultants Inc.
    - CAE Inc.
    - CGI Information Systems and Management Consultants Inc.
    - Compusult Limited
    - Computer Sciences Canada Inc. / Les sciences de informatique Canada Inc.
    - Coradix technology Consulting Ltd.
    - Deloitte Inc.
    - Ernst & Young LLP
    - ESIT Canada Enterprise Services Co. ESIT Canada Services Aux Entreprises Cie.
    - Fujitsu Consulting (CANADA) Inc. / Fujitsu Conseil (Canada) Inc.
    - General Dynamics Canada Limited
    - IBM Canada Ltd.
    - IPSS INC.
    - IT/NET OTTAWA INC, KPMG LLP, in joint venture
    - KPMG LLP
    - Maplesoft Consulting Inc.
    - MDA Systems Ltd.
    - Microsoft Canada Inc.
    - Modis Canada Inc
    - Oracle Canada ULC
    - Pricewaterhouse Coopers LLP
    - SAS Institute (Canada) Inc.
    - Thales Canada Inc.
    - The Bell Telephone Company of Canada or Bell Canada/ La Compagnie de Téléphone   Bell du Canada ou Bell Canada
    - Unisys Canada Inc.
    
    Description of Work:
    
    OSFI has undertaken its Supervision Technology Renewal (STTR) project to enhance and support the capabilities of its people to focus on work that matters. The STTR project aims to meet this vision by adopting flexible and responsive supervisory processes and enabling technology, to help supervisors identify and assess key risks early and, escalate the intensity of supervision quickly, and intervene promptly and assertively. This bid solicitation pertains to OSFIs requirement for a Systems Integrator contractor to provide Systems Integration technical expertise, professional services resources to support the roll-out of an Enterprise Planning tool across OSFI. 
    
    In addition, the following STTR Project draft documents are available upon request, on USB media file:
    
    1) User Stories
    
    2) Personas, Roles and Scenarios
    
    3) Excerpts from STTR Data Migration Strategy
    
    4) Information Model
    
    5) Data Entity Catalogue
    
            Bidders may request the USB via e-mail to the Contracting Authority named herein, by providing the bidder’s mailing address for USB remittance.
    
    
    Under the RFP: 
    
    Canada has identified an initial requirement for the eight CONTRACTOR WORK TEAM resources indicted below. Canada contemplates issuing a Task Authorization for the eight CONTRACTOR WORK TEAM resources shortly after contract award;
    Each of the eight CONTRACTOR WORK TEAM resources must be fluent in English (i.e. can communicate orally and in writing without any assistance and with minimal errors in the English language). Please also note that some CONTRACTOR WORK TEAM deliverables will also be required in a bilingual (English and French) format with the Contractor responsible for translation of deliverables;
    
    Bidders must hold a valid Facility Security Clearance at the level of SECRET at the time of Bid closing.  In addition, each of the eight CONTRACTOR WORK TEAM resources must each hold the applicable valid security screening clearance level identified below at the time of Bid close.  The RFP also contemplates the need for additional post contract award professional services resources during the contract period who must hold various valid security screening clearance levels (these security screening levels are not required at time of Bid close);
    
    CONTRACTOR WORK TEAM Resources:    
    • Contractor Project Manager (PM), 1 resource, Reliability Status, primary work location is on-site at OSFI’s Toronto facility
    • OCM Specialist, 1 resource,  Reliability Status, primary work location is on-site at OSFIs Toronto facility
    • Solution / Application Architect, 1 resource, SECRET, primary work location is on-site at OSFI’s Ottawa facility. It is anticipated that travel will be required between OSFIs Ottawa and Toronto facilities. 
    • Information Architect, 1 resource, SECRET, primary work location is on-site at OSFI’s Ottawa facility. It is anticipated that travel will be required between OSFIs Ottawa and Toronto facilities.  
    • Dynamics CRM Development Specialist, 1 resource, SECRET, primary work location is on-site at OSFI’s Toronto facility.
    • SharePoint Development Specialist, 1 resource, SECRET, primary work location is on-site at OSFI’s Toronto facility.
    • User Experience (UX) Specialist, 1 resource, Reliability Status, primary work location is on-site at OSFIs Toronto facility.
    • Business Analyst (BA Lead), 1 resource, Reliability Status, primary work location is on-site at OSFI’s Toronto facility.
    
    The estimated resulting contract period is two years with the option to extend by one additional one year option period.
    
    Respondents are requested to provide their proposals to the Contracting Authority identified below in accordance with the instructions set out in the RFP.  The work is currently not being performed by a contracted resource.
    
    Security Requirement: Common Professional Services SRCL #19 applies (please see attached RFP for additional information.)
    
    Minimum Corporate Security Required: Facility Security Clearance at the level of SECRET
    
    Minimum Resource Security Required: RELIBILITY STATUS, CONFIDENTIAL or SECRET as indicted the Security Classification Guide set out under Annex C (Security Requirements Checklist) of the RFP.  
      
    
    Contract Authority:
    
    Name: Kenneth Smith
    Email Address: kenneth.smith@tpsgc-pwgsc.gc.ca
    
    
    Inquiries:
    
    Inquiries regarding this RFP must be submitted to the Contracting Authority named above. RFP RESPONDENTS ARE ADVISED THAT BUYANDSELL.GC.CA IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF RFP DOCUMENTS. 
    
    Canada 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@pwgsc.gc.ca
    
    
    
    
    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.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Smith, Kenneth
    Phone
    (613) 408-0246 ( )
    Email
    ricardo.chincoli@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière 4th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Office of the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    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
    003
    French
    2
    003
    English
    18
    002
    French
    1
    002
    English
    12
    001
    French
    1
    001
    English
    16
    000
    French
    9
    000
    English
    92

    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 – Selective Tendering
    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: