Canada - Advance Contract Award Notice (ACAN) for CGI Case Management System Resources (20220825)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
09 August 2022
Opportunity publication date
26 July 2022
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

1. Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2. Definition of the requirement The Administrative Tribunals Support Service of Canada (ATSSC) has a requirement for IM/IT professional resources on an “as and when requested” basis to assist with the enhancement, support, and maintenance of the existing CGI Case Management System (CMS) software and workflow configurations. The work will involve the following: Assist the Information Services & Solutions Team (ISST) with the development, testing, delivery and implementation of new CGI Case Management software features. Assist the Information Services & Solutions Team (ISST) with the development and maintenance of the CGI Case Management system and ensure alignment with the ISST Service Strategy. Assist the Information Services & Solutions Team (ISST) with software enhancements, new developments and testing of case management software and related modules. Support the Information Services & Solutions Team (ISST), ensuring ongoing alignment with established development plans. Develop business requirements through consultation with business stakeholders. Define requirements for enhancements and improved workflow configurations of the CMS. Develop project plans and ensure timely completion of CMS enhancements and workflows. Design and develop CMS enhancements and workflows. Assist ISST with the deployment of software upgrades (new CGI Case Management releases) of the CMS including infrastructure components required to run the CMS. Provide maintenance and support of the CMS system, enhancements, workflow configurations, and infrastructure. Ensure the current case management software is compliant with security measures established at ATSSC and Government of Canada. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) The Bidder must demonstrate that it has been awarded and performed at least two (2) reference contracts for Canadian Public Sector clients (i.e. Federal/ Provincial or territorial/ Municipal organizations) where the Bidder was contracted to deliver IM/IT professional services related to the CGI Case Management system. Reference contract must have had minimum cumulative billed value of $400K Canadian dollars The Bidder must own the CGI Case Management Intellectual property rights of the software source code. Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: Experience. The Bidder must demonstrate that all resources proposed have a minimum of 5 years continuous experience, in the last 10 years, designing, developing, and maintaining solutions using CGI proprietary software Case Management. CGI Case Management experience must include software coding, database administration, workflow configurations, and infrastructure applicable to respective resource. Knowledge and understanding. The bidder must propose all the resources identified in sections 5 with significant knowledge and relevant experience with CGI Case Management obtained in the last 5 years. Academic qualifications. All resources must possess an undergraduate degree from a recognized Canadian university or College or equivalent level of knowledge and experience in the field of IM/IT. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): Canadian Free Trade Agreement (CFTA) World Trade Organization - Agreement on Government Procurement (WTO-AGP) Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Canada-Chile Free Trade Agreement (CCFTA) Canada-Colombia Free Trade Agreement Canada-Honduras Free Trade Agreement Canada-Korea Free Trade Agreement Canada-Panama Free Trade Agreement Canada-Peru Free Trade Agreement (CPFTA) Canada-Ukraine Free Trade Agreement (CUFTA) 5. Justification for the Pre-Identified Supplier The supplier mentioned in section 13 below is the only known supplier that meets the mandatory criteria set out in section 3 above. Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders 6. Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement: under subsection 6(d) - "only one person is capable of performing the work". The identified supplier, name of the supplier, is the only one able to meet all of the criteria identified in paragraph 3 above 7. Ownership of Intellectual Property Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. 8. Period of the proposed contract or delivery date The proposed contract is from date of Contract Award to March 31, 2023. The contract includes four one-year options to extend the contract. 9. Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $600,000 (GST/HST extra). Initial contract = $400,000 Option year 1 = $120,000 Option year 2 = $20,000 Option year 3 = $20,000 Option year 4 = $15,000 10. Name and address of the pre-identified supplier CGI Information Systems and Management Consultants Inc. 1410 Blair Towers Place 3rd Floor Ottawa, Ontario K1J 9B9 11. Suppliers' right to submit a statement of capabilities Provide an explanation to suppliers of how they may proceed in responding to the ACAN. Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 12. Closing date for a submission of a statement of capabilities The closing date and time for accepting Statements of Capabilities is August 10th, 2022 at 2:00 p.m. EDT  13. Inquiries and statements of capabilities are to be directed to: Sophie Perreault, Director of Finance and DCFO 333 Laurier Ave, West, Ottawa, ON K1A 0G7 E-mail: Sophie.Perreault@tribunal.gc.ca

Opportunity closing date
09 August 2022
Value of contract
to be confirmed

About the buyer

Address
Administrative Tribunals Support Service of Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?