Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-07-05 00:00:00
Canada CanadaBuys

MDCP Business Transformation Initiative (TBIPS) (1000242081)

Process Number PW-22-01000312

Dates:


Publication date:

2022-07-05 00:00:00

Amendment date:

None

Date closing:

2022/07/18 14:00 Eastern Daylight Time (EDT)

Details:


Region of delivery:

National Capital Region

End user entity:

Health Canada

Procurement entity:

Health Canada

Region of opportunity:

National Capital Region

Tendering procedure:

Selective

Reference number:

PW-22-01000312

Solicitation number:

1000242081

Description:


Description:

Reference Number: 0220 Solicitation Number: 1000242081 Organization Name: Health Canada Solicitation Date: 2022-06-30 Closing Date: 2022-07-15 02:00 PM Eastern Daylight Saving Time EDT Anticipated Start Date: 2022-08-10 Estimated Delivery Date: 2023-03-31 Estimate Level of Effort: 300 days (initial contract period, for all resources), 1000 days total (all resources, initial period and option period included) Contract Duration: The contract period will be until March 31, 2023 with an irrevocable option to extend it for up to one additional one-year periods Solicitation Method: Competitive Applicable Trade Agreements: CFTA, CCFTA, CEFTA, WTO-AGP, CHFTA, CKFTA, CPAFTA, CPFTA, CPTPP, CUFTA, Canada-UK TCA Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1 Requirement Details Tendering Procedure: Selective Tendering Please note this procurement is set aside under the federal government Procurement Strategy for Indigenous Business 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(ies): Core resources: One B.1 BUSINESS ANALYST (LEVEL 3) One B.2 BUSINESS ARCHITECT (LEVEL 3) Additional Resources One B.3 BUSINESS CONSULTANT (LEVEL 3) One B.7 BUSINESS TRANSFORMATION ARCHITECT (LEVEL 3) The following SA Holders have been invited to submit a proposal: Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE Advanced Chippewa Technologies Inc. Alika Internet Technologies Inc. 1511995 Ontario Limited, ipss inc., in jv ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE Donna Cona Inc. ADRM Technology Consulting Group Corp. Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE MAKWA Resourcing Inc. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE Malarsoft Technology Corporation Nisha Technologies Inc. NATTIQ INC. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE SEASI Consulting Inc. Description of Work: The resulting contract will result in documentation, plans, and strategies for the MDCP. The Business Analyst resource will be responsible for reviewing and identifying necessary changes to business processes, data models, information management, and IT systems as they pertain to business and system requirements and any applicable limitations. The Business Transformation Architect will be responsible for leading a business transformation project encompassing three broad categories: Business Transformation, IT Roadmap, and Industry Consultation. A report will be to be delivered at the end of the project. The report and it’s reccomendations will be used by the MDCP to integrate new compliance programs, such as but not limited to, medical device shortages into the existing corporate framework, streamline business processes, adhere to information management best practices, and begin planning a new IT solution. In order for the MDCCD to meet or exceed its transformation goals in its Build Back Better (BBB) plan. These outcomes will allow MDCP and MDCCD to better serve the Canadian public through enhanced risk base approachs using data science and to provide effeciencies and streamlined processes for industry stakeholders. Bidders must submit a bid for all core resource categories The work is currently not being performed by a contracted resource Security Requirement: Common PS SRCL #06 applies Minimum Corporate Security Required: Designated Organization Screening (DOS) Minimum Resource Security Required: Reliability Status Contract Authority Name: Thomas Hyde Phone Number: 613-941-2071 Email Address: Thomas.hyde@hc-sc.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: 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

Contact information:


Contact name:

Hyde, Thomas

Contact email:

thomas.hyde@hc-sc.gc.ca

Contact phone:

613-941-2071

Contact address:

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added