Canada.ca technology benchmark exercise in support of systems re-procurement.

Status Awarded

Contract number 4500013034

Solicitation number 100024806

Publication date

Contract award date

Contract value

CAD 559,238.40

    Description

    This contract was awarded to:

    Gartner Canada CO

    The purpose of this Statement of Work (SOW) is to identify a team and a Contractor that is independent from technology firms, has access to research libraries, industry studies, white papers and body of knowledge to carry out a current state analysis as well as an industry benchmark assessment to support a future state for Canada.ca

    Deliverable I - Baseline Benchmarking Analysis and Report
    The Contractor’s team will be required to provide:

    I. Benchmarking insight on the current capabilities and technologies of Canada.ca in support of our upcoming re-procurement of principle system;

    II. Carry out an industry benchmark assessment of web content management (WCM), cloud and security providers to understand technologies required to support the future state of Canada.ca

    III. Based on the above benchmarking exercise developed a final report.

    The assessment will examine trends, technology footprint, product road map, strategic direction, and implementation approaches for the domains and vendors. This understanding is vital to identify essential knowledge and assess any gaps with what the industry is now offering.

    The work identified in Deliverable I will be carried out on a fixed price basis and paying by milestone.

    Deliverable II - Canada.ca Technology Operating Model Review
    The Contractor’s team will be required to:

    I. Provide a comprehensive evaluation of the technology operational model current, future state of Canada.ca considering key dimensions such as technology, integration points, security, scalability, service delivery, costing and performance benchmarks.

    II. Identify strengths of the operating model, areas that could be improved or changed; Identify gaps, deficiencies, or areas for improvement of the operational model when compared to industry standards and best practices; and

    III. Conducting a comparative analysis and recommendations on the operational model.

    IV. Based on the above, develop a final report

    Business address

    500-1565 Carling Ave

    Ottawa, Ontario, K1Z 8R1
    Canada
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    Contract duration

    The contract will be for a period of 9 month(s), from 2024/03/06 to 2024/12/30.

    Commodity - UNSPSC

    • 80160000 - Business administration 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
    Employment and Social Development Canada
    Address

    140 Promenade du Portage

    Gatineau, Quebec, K1A 0J9
    Canada
    Contracting authority
    Cynthia Carty
    Phone
    (343) 552-8150
    Email
    cynthia.carty@hrsdc-rhdcc.gc.ca
    Date modified: