Solutions-Based Informatics Professional Services (SBIPS) - Stream ERP/ERM

Solicitation number 1000185256

Publication date

Closing date and time 2016/11/18 14:00 EST


    Description

    This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following Stream of Expertise:for:

    ERP/CRM

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

    • Accenture Inc
    • BDO Canada LLP
    • Cache Computer Consulting Inc.
    • CGI Information Systems and Management Consultants Inc
    • Cistel Technology Inc.
    • Computer Sciences Canada Inc/Les sciences de l’informatique Canada
    • Contax Inc
    • Convergent Information Systems Inc
    • Coradix Technology Consulting
    • Dapasoft Inc.
    • Deloitte Inc
    • Donna Conna Inc.; IBM Canada in joint venture
    • Emerion
    • Ernst & Young LLP
    • Fujitsu Consulting (Canada) Inc/Fujitsu Conseil (Canada) Inc
    • Gartner Canada Co.
    • General Dynamics Information Technology Canada Ltd
    • Hewlett Packard (Canada) Co. Hewitt Packard Canada Cie
    • 14C Information Technology Consulting Inc
    • IBM Canada Ltd
    • IT/Inet – Ottawa Inc
    • Modis Canada Inc
    • Nortak Software Ltd
    • Pricewaterhouse Coopers LLP
    • Systematix Solutions TI INC/Systematix IT Solutions INc
    • Tata Consultancy Services of Canada
    • TELUS Communications Company
    • The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Telephone Bell du Canada
    • TPG Technology Consulting Ltd., Amita Corporation , RANDSTAD INTERIM INc. The Devon Group Ltd, Nortak Software Ltd., TRM Technologies Inc., Wilcom Systems Ltd Joint Venture

    Description of Work:

    This bid solicitation is being issued to satisfy the requirement of the Department of Indigenous Affairs and Northern Development to conduct an assessment on the Department’s Education Information System using the Solutions-Based Informatics Professional Services (SBIPS) Supply Arrangement (SA) method of supply.

    The assessment of the Department’s Education System (EIS) should be a holistic review of three following aspects:

    • Functional Completeness, Flexibility to cater to future business needs
    • Technology Stability, Scalability, Maintainability
    • System Effectiveness, Ease of use, uptake/ adoption, etc.

    Specific questions may be used to guide the analysis but the assessment is not to be limited by such.

    Functional:

    • Is EIS meeting the business needs of DIAND, First Nations and all other stakeholders today?
    • What is the adoption rate and what approaches can be taken to increase the adoption, from technology, system, business requirement/process perspectives?
    • What modifications / upgrades are required in order for EIS to meet the current & future business needs, including business process changes.

    Technical:

    • Is the system scalable/reliable to meet the future business needs?
    • How can the architecture be simplified to better serve its users?
    • Are there technical barriers that are preventing the users from using the system more extensively and more easily?

    Commercial (Options that may be more economically viable):

    • Given the government wide back-office consolidation initiative and the future business direction and needs ofDIAND – are there other commercial off-the-shelf (COTS) solutions / offerings that may be available in the market etc?
    • Considering the sunk cost, should further investments be made in EIS or, would it still be cost-effective to enhance/upgrade EIS and continue maintaining it?

    The Department intends to award one (1) contract for the period of Upon contract award to March 31, 2017 plus one (1) additional irrevocable option allowing Canada to extend the term of the contract.

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Vera Olivier

    Phone Number: 819-934-6301

    Email Address: HQContracts@aadnc-aandc.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: 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

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Champagne, Sophie
    Phone
    819-934-1497
    Address
    10 Wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.