SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Task and solutions professional services – 2.5 Business Process Consultants and 2.8 Business Architects - Level 2 (Intermediate)

Status Awarded

Contract number 4600002668

Solicitation number 1000253859

Publication date

Contract award date

Contract value

CAD 3,216,432.00

    Description

    This contract was awarded to:

    Maplesoft Consulting Inc.

    Task and solutions professional services – 2.5 Business Process Consultants and 2.8 Business Architects - Level 2 (Intermediate)

    This requirement is for: Health Canada – TSPS RFP 1000253859

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following categories:

    Stream 2: Business Consulting/Change Management Stream
    2.5 Business Process Consultants, Level 2
    2.8 Business Architects, Level 2

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

    1. ADGA Group Consultants Inc
    2. Adirondack Information Management Inc., The AIM Group Inc. in joint venture
    3. ADRM Technology Consulting Group Corp and Randstad Interim Inc
    4. BRING Management Solutions Inc.
    5. Cistel Technology Inc.
    6. Donna Cona Inc.
    7. Econ Inc.
    8. Fast Track Staffing, 49 Solutions in Joint Venture
    9. iFathom Corporation
    10. KPMG LLP
    11. Maplesoft Consulting Inc.
    12. Naut’sa mawt Resources Group, Inc.
    13. Randstad Interim Inc.
    14. The AIM Group Inc.
    15. The Halifax Computer Consulting Group Inc.
    16. Thinkpoint Inc.

    Description of the Requirement:

    Health Canada, Health Products and Food Branch (HPFB) Health Canada has a requirement for up to five (5) TSPS Level 2 Business Process Consultants and up to two (2) TSPS Level 2 Business Architects to offer services across the HPFB on an as and when required basis.

    Level of Security Requirement:

    Common Professional Services Security Requirement #6
    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The contractor/offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction
    4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC
    5. The contractor/offeror must comply with the provisions of the:
    a. Security Requirements Check List and security guide (if applicable), attached at Annex C.
    b. Contract Security Manual (latest edition)
    Proposed period of contract/Time frame of delivery:

    The proposed period of contract shall be from Date of Contract Award to three years.

    Estimated Level of Effort:

    The estimated level of effort for all resources under category 2.5 Business Process Consultants is 2400 days, and 2.8 Business Architect is 400 days.

    Estimated Quantity of Commodity: Tier 1 – TSPS – up to 3.75M

    File Number: 1000253859

    Contracting Authority: Yvonne Murphy

    E-Mail: yvonne.murphy@hc-sc.gc.ca

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA

    Business address

    Suite 702, 1545 Carling Avenue

    Ottawa, Ontario, K1Z 8P9
    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
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 35 month(s), from 2024/04/02 to 2027/03/31.

    Commodity - UNSPSC

    • 80101500 - Business and corporate management 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
    Health Canada
    Address

    200 Eglantine Driveway, Tunney's Pasture

    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Yvonne Murphy
    Phone
    (343) 543-1965
    Email
    yvonne.murphy@hc-sc.gc.ca
    Address

    200 Eglantine Driveway, Tunney's Pasture

    Ottawa, Ontario, K1A 0K9
    Canada
    Date modified: