TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) - IT Resources to build modern applications based on PowerPlatform (P2400125)

Status Awarded

Contract number P2400125

Solicitation number P2400125

Publication date

Contract award date

Contract value

CAD 458,220.00

    Description

    This contract was awarded to:

    Eperformance Inc.

    TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) - IT Resources to build modern applications based on PowerPlatform (P2400125)

    This requirement is for: Women and Gender Equality Canada

    The intent is to issue a competitive contract with task authorizations.

    The following Suppliers have been invited to submit a proposal.

    1. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    2. Calian Ltd.
    3. CGI Information Systems and Management Consultants Inc.
    4. CompuStaff Corp.
    5. Contract Community Inc.
    6. Eperformance Inc.
    7. Leverage Technology Resources Inc., Farlane Systems Inc., IN JOINT VENTURE
    8. Maplesoft Consulting Inc.
    9. New Technologies Inc.
    10. Nisha Technologies Inc.
    11. RS Tec Systems Inc.
    12. Sierra Systems Group Inc.
    13. TEKSYSTEMS CANADA CORP./SOCIETE TEKSYSTEMS CANADA
    14. Trillys Systems inc.
    15. Tundra Technical Solutions Inc.
    16. Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
    17. S.I. SYSTEMS ULC
    18. SoftSim Technologies Inc.
    19. Deloitte Inc.
    20. MDOS Consulting Inc
    21. Mindwire Systems Ltd.
    22. PRECISIONERP INCORPORATED
    23. MNP LLP
    24. Maverin Inc.
    25. Procom Consultants Group Ltd
    26. Le Groupe Conseil Bronson Consulting Group Inc.
    27. Michael Wager Consulting Inc.
    28. Newfound Recruiting Corporation
    29. NATTIQ Inc.
    30. Access Corporate Technologies Inc.
    31. Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    32. Quarry Consulting Inc.
    33. Cofomo Inc
    34. IT/Net-Ottawa inc., KPMG LLP in joint venture
    35. ADRM Technology Consulting Group corp.
    36. Levio Affaires Technologies
    37. 49 Solutions
    38. Ranstad Interim inc.
    39. TRM Technologies Inc.

    This requirement is open only to those Task-Based Informatics Professional Service (TBIPS) Supply Arrangement under Tier 1 Stream Holders who qualified under the Task-Based Informatics Professional Services. The RFP is issued against the TBIPS Supply Arrangements (SA) PWGSC file number EN578-170432. All terms and conditions of the SA apply and must be incorporated into any resulting contract.

    Description of the Requirement:

    STREAM 1 – Applications Services

    A.6 – Programmer/Software Developers (System Developers) – Senior Level – 2 Resources
    Women and Gender Equality Canada (WAGE) will be building modern applications, in the next few years.The department recently underwent a requirement analysis to map out the departmental needs, processes and issues as well as inform the department of the technical limitations of the Treasury Board Secretariat (TBS) approved platform, Microsoft Power Platform. Following this initial analysis, WAGE now requires a Platform Analyst to: (1) design system iterations using pre-determined business requirements, (2) develop system iterations: create and administer proof of concept (POC), and (3) along with a Tester conduct user acceptance testing (UAT) cases that meet the foundational platform requirements through the delivery of enabling technology by leveraging a Software as a Service (SaaS).

    Furthermore, WAGE now requires an IIBA certified Senior-level Platform Analyst to (1) elicit, validate, prioritize and manage the functional and non-functional requirements of the solution, (2) model the AS-IS (old business) and TO-BE (new business) processes to meet all requirements in accordance with BPMN (Business Process Model and Notation) standard, (3) develop test cases to validate TO-BE processes, and all functional, non-functional and other technical requirements of the proposed platform.

    A.11 – Tester – Senior Level – 1 Resource
    The objective of the requirement is to obtain the Tester services of a contractor. This contractor will identify the departmental needs and processes-related requirements, inform the department of the technical limitations of the Treasury Board Secretariat approved solution, Power Platform, PowerApps and associated considerations and specifications. During its analysis, the contractor will also provide professional guidance to members of the Modernization team to help them develop their knowledge and capacity in regard to the successful testing implementation and management of the To-Be models and processes.

    The requirement analysis consists of initiatives like Grants & Contributions, Service Request Management System, HR and Finance related activities, etc.. It will define how the system is designed, built and implemented.

    STREAM 3 – Information Management/Information Technology Services

    I.7 – Platform Analyst – Senior Level – 1 Resource
    The objective of the requirement is to obtain the professional services of 2 PowerApps Developers (System Developers) for the planning, designing, building and implementation required to deliver the new grants and contributions management system. The System Developer Team will engage with stakeholders to (1) design system iterations, (2) develop system iterations, including creating and administering proof of concept (POC), and (3) conduct user acceptance testing (UAT) cases. In addition, the initial analysis that was completed, mapped out departmental needs and processes-related requirements, informed the department of the viability of the proposed TBS approved platform, Microsoft Power Platform and associated considerations and specifications. Building from this initial analysis that defined how the system should be designed, built and implemented, the System Developer will begin the next phase of the transformation and modernization of the project until completion.

    The requirement analysis consists of the upcoming initiatives like Grants & Contributions, Service Request Management System, HR and Finance related activities, etc.

    Security Requirement:

    Company Minimum Security Level Required: Protected B
    Resource Minimum Security Level Required: Protected B

    Applicable Trade Agreements:

    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement (CColFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Honduras Free Trade Agreement (CHFTA)
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Panama Free trade agreement (CPanFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • World Trade Organization Agreement on Government Procurement (WTO-AGP)

    Proposed period of contract:

    The proposed period of contract shall be from contract award to October 31, 2024.

    Option to Extend the Contract:

    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one-year periods under the same conditions.

    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 Identified Suppliers who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CanadaBuys” 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.

    Business address

    100 Sparks Street, Suite 900

    Ottawa, ON, K1P 5B7
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive - Traditional
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 12 month(s), from 2024/01/18 to 2025/01/17.

    Commodity - UNSPSC

    • 80101507 - Information technology consultation services
    • 81110000 - Computer services

    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Women and Gender Equality Canada
    Address

    P.O. Box 8097, Station T CSC

    Ottawa, Ontario, K1G 3H6
    Canada
    Contracting authority
    Kevin Rodrigues
    Phone
    (343) 552-6182
    Email
    FEGC.Contrats-Contracts.WAGE@fegc-wage.gc.ca
    Date modified: