RESOURCE ALIGNMENT REVIEW OF SHARED SERVICES CANADA

Solicitation number 24062-170040/A

Publication date

Closing date and time 2016/07/26 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    PROJECT TITLE
    
    Resource Alignment Review of Shared Services Canada
         
    OBJECTIVE
    
    Canada requires an independent review, which will inform the Government of Canada’s way forward for the delivery of modernized IT infrastructure services (the Independent Review). 
    
    BACKGROUND 
    
    Shared Services Canada (SSC), a department of the Government of Canada (GC), was created in 2011 to function as a central service-provider for the delivery of information technology (IT) services to 43 of the largest GC departments and agencies (SSC Partners): email services, data centre services, telecommunications network services, and the security services related to these IT services. SSC also provides Workplace Technology Device hardware and software services forall of the GC. 
    
    SSC has a mandate to transform the government’s existing IT infrastructure services through modernization, standardization, and consolidation. While transforming the services, SSC is also responsible for maintaining the level of IT service and security as well as providing value to the GC. Although IT infrastructure is managed by SSC, Partners remain responsible for managing their own applications, data, and desktop devices that they use to deliver their programs to the public. As well, Partners retain overall accountability and ownership of their own data. To ensure that Partners can deliver programs to Canadians, SSC must provide reliable, efficient, and secure infrastructure services.
    
    In 2013, SSC developed a seven-year transformation plan to consolidate, standardize, and modernize the Government of Canada email, data centres, and network services to improve service, enhance security, and generate savings. SSC committed to maintain and improve the level of IT services and security during the transformation. As part of its approach to maintaining IT services, SSC committed to maintaining legacy infrastructure; however, departments and agencies will depend less on the legacy infrastructure as the individual transformation initiatives are completed.
    
    The 2015 Fall Report of the Auditor General of Canada included a number of recommendations on four key weaknesses found in SSC’s implementation of government IT shared services. Partially in response to the findings highlighted in the Auditor General’s Report, SSC is currently undergoing a self-directed progress assessment on the delivery of its service responsibilities and its transformation plan objectives and milestones. As part of this progress assessment, SSC will articulate a comprehensive plan that sets out how it will deliver enterprise IT infrastructure services to meet the needs of Government of Canada Partners and Clients. The strategy will reflect SSC’s overall approach to providing legacy and transformed services at defined levels, the role of Partners within the strategy, how Partner and client needs will be considered and addressed, how the approach results in the best value to Canadians, and  be aligned with the Government of Canada IT Strategic Plan 2016 - 2020. 
    
    To assist SSC in its transformation, Treasury Board Secretariat will commission an Independent Review which will inform the Government of Canada’s way forward for the delivery of modernized IT infrastructure services. To ensure due diligence, theContractor must convene a panel of prominent IT professionals (Expert Panel) to provide direction on the Independent Review by identifying key areas of focus, challenging and enhancing the Contractor’s findings and deliverables.
    
    SCOPE 
    
    The scope of work includes the following: 
    Work Area 1: Review of large-scale IT infrastructure
    Work Area 2: Legacy IT Infrastructure
    Work Area 3: Enterprise Transformation of IT Infrastructure
    
    The Independent Review undertaken by the Contractor must be basedupon research and analysis including, but not limited to the resources listed in Section 5 - Resources. The Independent Review must also reflect best practices for enterprise IT implementation and management, domestically and abroad. To this end, the Contractor must provide:  
    
    1. Advice and recommendations for delivery of large-scale IT infrastructure;
    2. An assessment and recommendations regarding SSC’s plans to maintain the Government of Canada’s legacy IT infrastructure, including essential upgrades; and
    3. A review and recommendations regarding SSC’s IT transformation plans, implementation approaches and related risk, and SSC’s capacity to enhance its operations and business capabilities.
    
    PERIOD OF CONTRACT
    
    The Treasury Board Secretariat requires the services from the date of contract award until March 31, 2017 with an irrevocable option to extend the period of the contract by one (1) additional one (1) year period under the same terms and conditions.
    
    SECURITY REQUIREMENT
    
    The following security requirement (SRCL and related clauses provided by the Industrial Security Program (ISP)  apply and form part of the Contract:
    
    1.  The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    2.  The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    3.  The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensurethat its personnel are made aware of and comply with this restriction.
    
    4.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    5.  The Contractor/Offeror must comply with the provisions of the:
    
    (a) Security Requirements Check List and security guide (if applicable), attached at Annex C;
    (b) Industrial Security Manual (Latest Edition).
    
    
    MANDATORY CRITERIA
    
    MT1: At bid solicitation closing date, the bidder must have experience in completing reviews similar in scope to the SOW for large-scale IT projects*. 
    
    The bidder must demonstrate this experience through a minimum of three (3) distinct and completed reviews over the last ten (10) years. Each of the three reviewsmust include all of the following:
    
    M1.1 reviewing or planning transformations of enterprise IT environments, including associated business models, financials, processes, and governance, which demonstrate success in: 
    a) approval of recommendations 
    b) successful implementation of some recommendations by executive-level clients
    
    M1.2 analyzing and developing recommendations to address identified risks and gaps based on that analysis, which demonstrated success in: 
    a) approval of recommendations
    b) successful implementation of some recommendations by executive-level clients
    
    For each project, the Bidder must provide;
    • details as to where, when, and how the stated experience was obtained;
    • company or organization name and client contact information;
    • project name, project duration (from-to dates) 
    
    * A large-scale IT project is defined as a project in government or industry valued at over $100M
    
    MT2: The Bidder must propose a distinct resource for each category listed below and described in Annex A of the SOW:
    - Project Leader 
    - Organization and Change Consultant  
    - Business Architect
    - Risk Management/Quality Assurance Specialist
    - Financial Specialist
    
    The Bidder must propose a back-up resource for the Project Leader as described in Annex A of the SOW. 
    
    The Bidder must provide a detailed curriculum vitae (CV) for each of the identified resources. The CV must include the following information: 
    - Full name of the individual proposed;
    - Education/Academic qualifications; and
    - A profile of the individual proposed describing the areas of experience for completing the work identified for this requirement in the Statement of Work.
    
    MT3: The Bidder must propose an Expert Panel that must contain a minimum of 3 and amaximum of 5 members, who must not be currently employed by the Bidder, including the parent, subsidiaries or other affiliates of the Bidder. 
    
    Each panel member must be a senior-level executive* or must have been a senior-level executive* within the last five years in the public or private sector. 
    
    At least one (1) member of the panel must have a minimum of twenty (20) years of experience in the IT field, with ten (10) years of experience as CIO of large government organizations** and/or equivalent in a large company***. 
    
    Together, the members of the panel must have experience in leading and delivering large-scale IT transformation initiatives  with a combination of public and private sector experience from an IT and non-IT background. At least 1 member of the panel must have Canadian experience in leading IT transformations. 
    
    The Bidder must provide a curriculum vitae (CV) for each of the identified panel members. The CV must include the following information: 
    • Full name of the individual proposed;
    • Education/Academic qualifications; and
    • A profile of the individual proposed describing their experience qualifying them for membership on the expert panel.
    
    * Senior-level executive is defined as an Assistant Deputy Minister level in the public service or a C-Suite position in the private sector.
    ** A large government organization is defined as having an annual budget greater than $1B
    *** A large company is defined as having annual revenue greater than $5B
    
    BASIS OF SELECTION
    
    Basis of Selection - Highest Combined Rating of Technical Merit [90%] and Price [10%] 
    
    CONTRACTING AUTHORITY
    
    Name:  Ivan Lavergne
     Title:  Supply Team Leader
     Public Works and Government Services Canada
     Acquisitions Branch
     Directorate: Business Management and Consulting Services Division 
     Address:11 Laurier Street, Portage III, 10C1, Ottawa, Ontario, K1A 0S5
    
    Telephone: (873) 469-3959
    Facsimile:  (819) 956-2675
    E-mail address:  ivan.lavergne@tpsgc-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
    • Agreement on Internal Trade (AIT)
    • 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
    Lavergne, Ivan
    Phone
    (873) 469-3959 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Treasury Board of Canada
    Address
    90 Elgin Street
    Ottawa, Ontario, K1A0R5
    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
    006
    English
    47
    006
    French
    5
    004
    English
    31
    005
    English
    30
    005
    French
    3
    004
    French
    3
    003
    English
    36
    003
    French
    6
    002
    English
    39
    002
    French
    5
    001
    English
    68
    001
    French
    5
    000
    English
    241
    000
    French
    27

    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

    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: