TBIPS Tier 1 - Pardons and Record Suspension System (PARSS)

Status Awarded

Contract number 21120-24-4598247

Solicitation number 21120-24-4598247/B

Publication date

Contract award date

Contract value

CAD 1,539,568.50

    Description

    This contract was awarded to:

    Experis Canada Inc.

    GSIN: D302A - Informatics Professional Services
    Reference Number: 21120-24-4598247/B Solicitation Number: 21120-24-4598247/B
    Organization Name: Correctional Service of Canada
    Solicitation Date: May 9, 2024
    Closing Date: May 4, 2024 at 2PM Eastern Standard Time (EST)
    Anticipated Start Date: Contract award date
    Estimated Delivery Date: One year later
    Estimate Level of Effort: See table included in this NPP
    Contract Duration:
    The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to one (1) additional one-year period.
    Solicitation Method: Competitive Applicable Trade Agreements:
    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Indigenous peoples or for set-asides for small and minority businesses.
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1
    Requirement Details
    Tendering Procedure: Selective Tendering
    This requirement is open only to those TBIPS Supply Arrangement (SA) Holders who qualified under Tier 1 for services in the National Capital Region for the following category(ies).
    Resource Requirements: The table below reflects the estimated resource requirements.
    Resource Category Level of Expertise Estimated # of Resources Required Level of Effort
    (Days per Resource)
    Initial Contract Period Level of Effort Option Period 1

    A.1. Application/Software Architect 3 1 220 220
    A.6. Programmer/Software Developer 3 1 100 220
    A.6. Programmer/Software Developer 3 1 120 120
    A.6. Programmer/Software Developer 2 1 50 100
    A.7. Programmer/Analyst 3 1 220 220
    A.7. Programmer/Analyst 3 1 220 220
    A.7. Programmer/Analyst 2 1 200 -
    A.7 Programmer/ Analyst 2 1 90 -
    I.5 Information Management Architect 3 1 120 -
    Set-aside under the Procurement Strategy for Indigenous Business:
    This procurement is open to both Indigenous and non-Indigenous businesses. All interested suppliers may participate. However, suppliers are to note that this requirement is subject to a preference for Indigenous suppliers and will be set-aside under the federal government Procurement Strategy for Indigenous Business (PSIB) if Canada receives two or more responsive bids from Indigenous businesses who meet the requirements of the PSIB.
    Indigenous businesses that have not already registered in the Indigenous Services Canada (ISC) Indigenous Business Directory should do so. Additional information on the Indigenous Business Directory is available at the following link:
    https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658#c3.

    The following SA Holders have been invited to submit a proposal:
    1. 9149481 Canada Inc.; Tatkresiwok Community Solutions Inc.; IN JOINT VENTURE
    2. Accenture Inc.
    3. Acosys Consulting Services Inc.
    4. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    5. Adirondack Information Management Inc.
    6. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc. in JOINT VENTURE
    7. ADRM Technology Consulting Group Corp.
    8. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    9. Alika Internet Technologies Inc.
    10. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    11. CGI Information Systems and Management Consultants Inc
    12. Cofomo Inc.
    13. DesTech
    14. Donna Cona Inc.
    15. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    16. EXPERIS CANADA INC.
    17. iFathom Corporation
    18. Infosys Public Services Inc
    19. IPSS INC
    20. KAINOS CANADA INC
    21. Lightning Tree Consulting Inc., Burbeck Inc., and P.G. Rodler Consulting in Joint Venture
    22. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    23. Malarsoft Technology Corporation
    24. Maplesoft Consulting Inc.
    25. Maplestream Inc., Cofomo InMaverin Inc.c. IN JOINT VENTURE
    26. Maverin Inc
    27. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    28. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    29. NATTIQ INC.
    30. Nisha Technologies Inc
    31. Nova Networks Inc.
    32. NRNS Incorporated
    33. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    34. Orangutech Inc
    35. Primex Project Management Limited
    36. Procom Consultants Group Ltd.
    37. R2i Incorporated
    38. S.I. SYSTEMS ULC
    39. SEASI Consulting Inc.
    40. Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
    41. Symbiotic Group Inc.
    42. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    43. T.I.7 INC., Quarry Consulting Inc., in joint venture
    44. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    45. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    46. The Halifax Computer Consulting Group Inc.
    47. Turtle Technologies Inc.

    Description of Work:
    Correctional Services Canada (CSC), Information Management Services (IMS) team has a requirement for the replacement of the current Pardons and Record Suspension System (PARSS). It requires expertise related to Microsoft Dynamics 365, Microsoft Power Platform and all included components (including, but not limited to, Power Automate, Power BI, Power Pages, Power Virtual Agents and Dataverse) to replace PARSS. The replacement must also include accessible content and applications in compliance with the following:

    a. the EN 301 549 Accessibility Standard (which can be found on this page https://www.tbs-sct.canada.ca/pol/doc-eng.aspx?id=32620&section=html); OR
    b. Web Content Accessibility Guidelines WCAG 2.0 AA or newer versions of WCAG (this is the current GoC standard for web content accessibility).

    The scope includes but is not limited to:
    a. Replacing the current PARSS case management solution with modern technology:
    b. Implementing a public-facing portal to allow online application submission

    - Bidders must submit a bid for all 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: Enhanced Reliability

    Contract Authority
    Name: Stéphanie Gigoux
    Email Address: stephanie.gigoux@csc-scc.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

    Business address

    1565 Carling Avenue, Suite 201

    Ottawa, Ontario, K1Z 8R1
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity code
    Array
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 12 month(s), from 2024/06/21 to 2025/06/20.

    Commodity - UNSPSC

    • 80161604 - Information technology IT management services

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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)

    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
    Correctional Service Canada
    Address

    340 Laurier Avenue West

    Ottawa, ON, K1P 5K3
    Canada
    Contracting authority
    Stéphanie Gigoux
    Phone
    Email
    stephanie.gigoux@csc-scc.gc.ca
    Address

    340 Laurier Avenue West

    Ottawa, ON, K1P 5K3
    Canada
    Date modified: