SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

User Experience (UX) Services

Status Awarded

Contract number 4600002555

Solicitation number 1000249382

Publication date

Contract award date

Contract value

CAD 29,204.85

    Description

    This contract was awarded to:

    S.i. Systems

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    GSIN: D302 C Designing and Programming Web Sites
    Reference Number: N/A Solicitation Number: HC 1000249382
    Organization Name: HEALTH CANADA AND PUBLIC HEALTH AGENCY OF CANADA
    Solicitation Date: 2023-05-16 Closing Date: 2023-06-01 14:00 Eastern Daylight Time EDT

    Anticipated Start Date: 2023-06-01
    Estimated Delivery Date: 2027-05-31 Estimate Level of Effort: 30 days for 2 resources for the initial period & repeat same level of effort for Option Period #1, #2 & #3
    Contract Duration:
    The Outline Agreement period will be for a one (1) year from the date of contract award with three (3) optional 1-year periods.
    Solicitation Method: Competitive Applicable Trade Agreements: WTO-AGP, CCFTA, CPFTA, CColFTA, CPanFTA, CETA, CKFTA, CFTA
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1
    Requirement Details eastern daylight time
    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 categories and one (1) resource per category:
    B.7 Business Transformation Architect – Junior
    B.7 Business Transformation Architect – Senior
    The following SA Holders have been invited to submit a proposal:
    1. A Hundred Answers Inc.
    2. Accenture Inc.
    3. ACF Associates Inc.
    4. CGI Information Systems and Management Consultants Inc.
    5. Contract Community Inc.
    6. CSI Consulting Inc.
    7. Deloitte Inc.
    8. MAKWA Resourcing Inc.
    9. MaxSys Staffing & Consulting Inc.
    10. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    11.Protak Consulting Group Inc.
    12. Raymond Chabot Grant Thornton Consulting Inc.
    13. S.I. Systems
    14. Spaghetti Logic Inc.
    15. Systemscope Inc.
    16. TELUS Communications Inc.
    17.. The AIM Group Inc.
    18. The KTL Group Inc.
    19. The Right Door Consulting & Solutions Incorporated
    20. Vurtur Communications Group

    Description of Work:
    TITLE: User Experience (UX) Services
    The Communications and Public Affairs Branch (CPAB) at Health Canada (HC) is seeking to measure the effectiveness and efficiency with which Health Canada and the Public Health Agency of Canada (PHAC) are delivering online health-related information and services to Canadians.
    The performance of web content goes beyond analytics (quantitative research) and must be validated with real users through qualitative research methods as well. This can be achieved through User Experience (UX) research. Although some web content has been tested over the past years through the migration to Canada.ca, it is the best practice that user research be conducted on an ongoing basis to ensure web products meets the needs of its users. Under Appendix F: User-Centred Design, of the Standard on Web Usability, institutions are required to use research methods to validate that users can effectively and efficiently find, understand and use the information and services provided through websites.
    Therefore, HC requires a contractor to provide UX services for selected Canada.ca health-related web content, to provide an analysis on how selected web content is performing and make recommendations to improve performance.
    Information
    Task Authorizations (TA) will be issued against one (1) Service Outline Agreement to provide support to the Department’s Communications and Public Affairs Branch.
    Security Requirement: Common PS SRCL #09 applies
    Minimum Corporate Security Required: None
    Minimum Resource Security Required: Enhanced Reliability
    RFP Authority
    Name: Christopher Sparks
    Phone Number: 613-296-1178
    Email Address: Christopher.sparks@hc-sc.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

    2200-112 Kent Street

    Ottawa, Ontario, K1A 0W8
    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
    Commodity code
    Array
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 9 month(s), from 2023/08/31 to 2024/05/31.

    Commodity - UNSPSC

    • 81110000 - Computer services
    • 81111504 - Application programming services
    • 83112200 - Enhanced telecommunications 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-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    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
    Health Canada
    Address

    200 Eglantine Driveway

    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Christopher Sparks
    Phone
    (613) 296-1178
    Email
    christopher.sparks@hc-sc.gc.ca
    Address

    200 Elgantine Driveway

    Ottawa, Ontario, K1A 0K9
    Canada
    Date modified: