Royalty Case Management Expansion to Add Enforcement Tiers and Compliance Activities for Additional Business Units

expired opportunity(Expired)
From: Canada(Federal)
1000255017

Basic Details

started - 27 Feb, 2024 (2 months ago)

Start Date

27 Feb, 2024 (2 months ago)
due - 27 Mar, 2024 (1 month ago)

Due Date

27 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
1000255017

Identifier

1000255017
Indigenous Services Canada

Customer / Agency

Indigenous Services Canada
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

TITLE Royalty Case Management Expansion to Add Enforcement Tiers and Compliance Activities for Additional Business Units BACKGROUND Indian Oil and Gas Canada (IOGC) is an organization committed to managing and administering oil and gas resources on First Nation reserve lands. It is a special operating agency within the Lands and Economic Development Sector of Indigenous Services Canada (ISC ‘the Department’). IOGC maintains three (3) IT systems: • Resource Information Management System 1 (RIMS1): IOGC’s database system for administering the oil and natural gas activities conducted on First Nation reserve lands. RIMS1 is a mid-sized Oracle based application system that was developed in 1990 and continues to evolve as the business changes. The system serves as an integrated operational database for the Planning and Corporate Services, Lease and Royalty Administration, and Regulatory Compliance Directorates of IOGC. • Royalty Management (RM) System: IOGC’s updated royalty management
system that manages the complex information required to support royalty administration and calculation that was completed as part of the Resource Information Management System 2 (RIMS2) Project. It includes data exchange with RIMS1, and; • Royalty Case Management (RCM) system; The RCM system has been customized from the Government of Canada’s GCCase Dynamics 365 (D365) Customer Relationship Management (CRM) service module to track non-compliance of royalty obligations and is currently being migrated onto the Department’s Enterprise platform and converted to the Cloud Client Relationship Management. The RCM system receives base data from the RM, including royalty tax payor, band/reserve, contract, well and lease-related data, and was also part of the RIMS2 Project. There are three Tiers currently in RCM for tracking the non-compliance of royalty obligations which include: – Tier 1 – create the case for non-compliance of royalty obligations. Send the 14 and then 30 day notice of intent to deem. No response? Go to Tier 2. – Tier 2 – deeming exercise and risk/impact assessment. No response after 30 days? Go to Tier 3. – Tier 3 – export the case package to enforcement. 90 day checkpoints. OBJECTIVE The objective of the work required of this contract is to expand RCM to: 1) Build additional tiers to encompass the enforcement process used when royalty obligations are still not in compliance after Tier 1 and Tier 2 (build Tier 3 and additional enforcement Tiers), including data exchange with RM, RIMS1 or others, and integration with Outlook, GCDocs, or other systems as required; 2) Add new components, tiers, data exchange and integration, as required, to track the non- compliance activities of the other areas of IOGC’s business including, but not limited to, environment, geology, and leasing and link them to the enforcement process, and; 3) Provide for reporting including summary reports to be shared with First Nations summarizing outstanding non-compliance issues on their lands, as well as reports that list the status of non-compliance issues in each category. SCOPE OF WORK The Contractor will provide IT services, on an "as and when requested" basis, as detailed in Task Authorizations (TA) issued by the Technical Authority. As and when requested may entail providing one or multiple resources simultaneously. The Department follows an Agile methodology. This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Zone Region for the following category(ies): RESOURCES REQUIREMENTS Categories Experience levels A.6 Programmer / Software Developer - Level 2 & Level 3 B.1 Business Analyst - Level 3 B.5 Business Process Re-engineering Consultant - Level 2 B.14 Technical Writer - Level 2 P.9 Project Manager - Level 3 P.11 Quality Assurance Specialist / Analyst - Level 2 Bidders must submit a bid for all resource categories The following SA Holders have been invited to submit a proposal: Acosys Consulting Services Inc. Akkodis Canada Inc. Alika Internet Technologies Inc. CGI Information Systems and Management Consultants Inc. COMPUTACENTER CANADA INC. Deloitte Inc. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. IBM Canada Limited/IBM Canada Limitée MAKWA Resourcing Inc. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE NATTIQ INC. Quallium Corporation SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture Sierra Systems Group Inc. Unisys Canada Inc. The work is currently not being performed by a contracted resource. Security Requirement: Common PS SRCL #10 applies Minimum Corporate Security Required: designated organization screening (DOS) - Reliability - protected B Minimum Resource Security Required: Reliability DURANTION OF CONTRACT: Date of Contract award to 18 months later 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 Contract duration The estimated contract period will be 18 month(s). Trade agreements World Trade Organization Agreement on Government Procurement (WTO GPA) Canada-Chile Free Trade Agreement (CCFTA) Canada-Peru Free Trade Agreement (CPFTA) Canada-Colombia Free Trade Agreement Canada-Panama Free Trade Agreement Canada-Honduras Free Trade Agreement Canada-Korea Free Trade Agreement (CKFTA) Canadian Free Trade Agreement (CFTA) Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Canada-Ukraine Free Trade Agreement (CUFTA) Canada-UK Trade Continuity Agreement (Canada-UK TCA) Contracting organization Organization Indigenous Services Canada Address 391 York Ave Winnipeg, Manitoba, R3C 4W1 Canada Contracting authority Sumanvir Sahota-Chhokar Phone (204) 914-6481 Email sumanvir.sahota-chhokar@sac-isc.gc.ca Address Indigenous Services Canada

391 York Ave Winnipeg, Manitoba, R3C 4W1 CanadaLocation

Address: 391 York Ave Winnipeg, Manitoba, R3C 4W1 Canada

Country : CanadaState : Manitoba