IM/IT Professional services for ATSSC - TBIPS

Status Awarded

Contract number 300390

Solicitation number 20222812

Publication date

Contract award date

Contract value

CAD 1,243,000.00

    Description

    This contract was awarded to:

    Alika Internet Technologies Inc.

    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(ies):
    Core:
    One (1) B.3 Level 3 Business Consultant
    One (1) B.6 Level 3 Business Systems Analyst
    One (1) P.5 Level 3 Project Executive
    One (1) P.9 Level 3 Project Manager
    Additional:
    One (1) B.1 Level 3 Business Analyst
    One (1) B.7 Level 3 Business Transformation Architect
    One (1) C.3 Level 3 IT Security Threat and Risk Assessment and Certification and Accreditation Analyst

    The following SA Holders have been invited to submit a proposal:
    1. Accenture Inc.
    2. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
    3. Alika Internet Technologies Inc.
    4. ALITHYA CANADA INC
    5. DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV
    6. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    7. Integra Networks Corporation
    8. IPSS INC.
    9. iVedha Inc.
    10. Leverage Technology Resources Inc.
    11. Malarsoft Technology Corporation
    12. MALARSOFT TECHNOLOGY CORPORATION, COMPUTACENTER TERAMACH INC., in Joint Venture
    13. Quallium Corporation
    14. Samson & Associés CPA/Consultation Inc
    15. Sierra Systems Group Inc.

    Description of Work:
    The Administrative Tribunals Support Service of Canada (ATSSC) is responsible for providing support services to twelve (12) federal administrative tribunals by way of a single, integrated organization. The Information Services & Solutions Team (ISST) requires the services of IM/IT professional resources on an “as and when requested” basis to assist with temporary projects within the organization.
    The ATSSC manages multiple projects to deliver solutions to the federal administrative tribunals. In support of the Tribunals mandate to deliver access to Justice, the ISST is implementing new websites, e-filing systems and courts and registry systems for the tribunals based on Filemaker Pro technology.
    It is the desire of ATSSC to avoid reliance on contractors by ensuring knowledge transfer to employees, reducing customization to reduce the complexity of future upgrades, encouraging standard business practices, and facilitating adoption of native workflow, and paperless transactions.
    Parts of the work are currently being performed by:
    - “Makwa Resourcing Inc. and TPG Technology Consulting Ltd. in Joint Venture (Team Makwa/TPG)” under contract (value $3.75M);
    - “Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc. In Joint Venture (Adirondack Information Management Inc.)” under contract (value $3.75M).

    Security Requirement: Common PS SRCL #06 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Reliability
    Contract Authority
    Name: Veronica Ross
    Phone Number: 343-596-7267
    Email Address: procurements-achats@tribunal.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. 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

    Business address

    126-130 Albert St.

    Ottawa, ON, K1P 5G4
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Canada
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 12 month(s), from 2023/06/02 to 2024/06/30.

    Commodity - UNSPSC

    • 80101507 - Information technology consultation 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
    Administrative Tribunals Support Service of Canada
    Address

    240 Sparks St

    Ottawa, ON, K1A 0X8
    Canada
    Contracting authority
    Veronica Ross
    Phone
    (343) 596-7267
    Email
    procurements-achats@tribunal.gc.ca
    Address

    240 Sparks St.

    Ottawa, ON, K1A 0X8
    Canada
    Date modified: