Privacy Impact Assessment Specialist - Level 2 (TBIPS Stream 6 – C.16)

Status Awarded

Contract number 7269012

Solicitation number 202304366/B

Publication date

Contract award date

Contract value

CAD 153,631.41

    Description

    This contract was awarded to:

    Altis Technology

    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):

    One (1) Level 2 Privacy Impact Assessment Specialist (TBIPS Stream 6 – C.16)

    Number of Contracts: Up to 6

    The following SA Holders have been invited to submit a proposal:

    01 Millennium Consulting Inc.
    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
    Alika Internet Technologies Inc.
    Coradix technology Consulting Ltd.
    Donna Cona Inc.
    GSI International Consulting Inc.
    IBM Canada Limited/IBM Canada Limitée
    KPMG LLP
    Les Enterprises Norleaf Networks Inc.
    Malarsoft Technology Corporation
    MaxSys Staffing & Consulting Inc.
    RHEA INC.
    Spaghetti Logic Inc.
    TECSIS Corporation
    Turtle Technologies Inc

    The Royal Canadian Mounted Police (RCMP) requires the services of multiple level 2 Privacy Impact Assessment Specialists in order to develop comprehensive Privacy Impact Assessment's (PIA) as required by various units across the country.

    - Bidders are invited to submit a singular bid that includes one (1) named Resource
    - The work is not currently being performed by a contracted resource

    Duration of the Contract:

    The contract period will be for one (1) year plus two (2) additional one-year irrevocable options.

    Security Requirements:

    The Contractor’s resource(s) are required to be security cleared at the level of Enhanced Reliability Status (ERS) as verified by the Personnel Security Unit (PSU) of the Royal Canadian Mounted Police (RCMP).

    Contract Authority

    Name: David Repsys
    Phone: 343-575-5298
    Email: David.Repsys@rcmp-grc.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

    102 Bank Street, Suite 300

    Ottawa, ON, K1P 5N4
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    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 2023/12/06 to 2024/12/05.

    Commodity - UNSPSC

    • 80101508 - Business intelligence consulting services

    Trade agreements

    • Please refer to tender description or tender documents

    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
    RCMP-GRC
    Address

    73 Leikin Dr

    Ottawa, ON, K1A 0R2
    Canada
    Contracting authority
    David Repsys
    Phone
    (343) 575-5298
    Email
    David.Repsys@rcmp-grc.gc.ca
    Address

    73 Leikin Dr

    Ottawa, ON, K1A 0R2
    Canada