NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D301 ADP FACILITY OPERATIONS AND MAINTENANCE SERVICES
Reference Number:
N/A
Solicitation Number:
HC 1000199778
Organization Name:
HEALTH CANADA AND PUBLIC HEALTH AGENCY OF CANADA
Solicitation Date:
2018-04-26
Closing Date:
2018-05-15 14:00 Eastern Daylight Saving Time EDT
Anticipated Start Date:
2018-06-01
Estimated Delivery Date:
2019-05-31
Estimate Level of Effort:
240 days
Contract Duration:
The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to (2) two additional one-year periods.
Solicitation Method:
Competitive
Applicable Trade Agreements:
AIT, Canada-Chile, Canada-Columbia, Canada-Panama, Canada-Peru, NAFTA, WTO-GPA
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
1
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:
One (1) A.2 ERP Functional Analysts – L3
The following SA Holders have been invited to submit a proposal:
7792395 Canada Inc.
ANTHONY, MACAULEY & ASSOCIATES (VICTORIA) INC
Cache Computer Consulting Corp.
ENET4S SOFTWARE SOLUTIONS LTD
ERP Connex
Facilité Informatique Canada Inc.
Hays Specialist Recruitment (Canada) Inc.
NATTIQ INC., ADGA GROUP CONSULTANTS INC., IN JOINT VENTURE
PRECISIONERP INCORPORATED
PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
Proex Inc.
Renaps Technologies Canada Inc
Spectra FX Inc.
Unisys Canada Inc.
Description of Work :
Health Canada (HC) is seeking one (1) Functional Analysts – Level 3 to support the following SAP modules :
- Funds Management (FM); and
- Controlling (CO).
Objectives of the Requirement
The services are required to review, assess, coordinate and plan in detail (with time plan and milestones), develop the creation of the FM and CO modules for the new Indigenous Services Canada Department in SAP and ensure stabilization of the new company code. It is also required to ensure stabilization of the corresponding interfaces and linkages to Indigenous and Northern Affairs Canada (INAC’s) Grants and Contributions Information Management System (GCIMS) as well as facilitate the business transformation and functional development of any other SAP ongoing projects related to the FM and CO modules.
The consultant will be providing ongoing advice, coordination and support with all functional processes and provide support for operations and other SAP enhancements as required.
The consultant will work in close cooperation with the Framework for Integrated Resource Management Systems (FIRMS) Team Leads and the Chiefs of FIRMS Sections (functional and technical) to ensure the delivery of a solution that meets all business requirements.
Background and Specific Scope of the Requirement
SAP® is one of the Treasury Board Secretariat (TBS)-endorsed financial and materiel management systems and is supported by the IFMS Cluster, comprising of 18 members representing over 40 departments and agencies.
Health Canada has been using SAP since 1999 and upgraded to SAP ECC 6.0 (Enhancement Pack 7) in 2015.
At the present time, Health Canada hosts 5 departments on its SAP® system: Health Canada, Public Health Agency, Patented Medicine Prices Review Board, Indigenous and Northern Development Canada and the Canadian Northern Economic Development Agency. We support over 8000 users who rely on SAP® ECC to execute their daily job requirements.
In order for Health Canada to remain current with SAP Government of Canada cluster, as well as the industry and to benefit from current SAP functionalities, the SAP® system must be supported and enhanced to meet the business operational needs of our clients.
1.3 Additional Information
**Bidders must submit one resource
***The work is currently being performed by the following:
Supplier: Cache Computer Consulting Corp.
Duration: 2017-10.13 to 2018.05.31
Contract Number:4500369189
Value: $181,576.00 (including applicable taxes)
Security Requirement:
Common PS SRCL #06 applies
Minimum Corporate Security Required:
None
Minimum Resource Security Required:
Enhanced Reliability
Contract Authority
Name:
Stephanie Cleroux
Phone Number:
613-941-2082
Email Address:
stephanie.cleroux@canada.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: Task‐Based Informatics Professional Services (TBIPS) 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