TBIPS RFP HC1000207671: Regulatory Operations and Regions Branch – Business Process Re-Engineering

Status Awarded

Contract number 4600001623

Solicitation number HC1000207671

Publication date

Contract award date

Contract value

CAD 666,609.60

    Description

    This contract was awarded to:

    Tecsis Corporation

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A Informatics Professional Services

    Reference Number:

    N/A

    Solicitation Number:

    HC 1000207671

    Organization Name:

    HEALTH CANADA AND PUBLIC HEALTH AGENCY OF CANADA

    Solicitation Date:

    2018-12-24

    Closing Date:

    2019-01-18 14:00 Eastern Daylight Saving Time EDT

    Anticipated Start Date:

    2019-02-01

    Estimated Delivery Date:

    2020-01-31

    Estimate Level of Effort: 

    120 per resource – per year

    Contract Duration:

    The Outline Agreement period will be for one (1) year from the date of contract award, with two (2) optional one (1) year periods.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    AIT, Canada-Chile, Canada-Columbia, Canada-Panama, Canada-Peru, NAFTA, WTO-GPA

    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 Holders who qualified under Tier 1 for services in the National Capital Region for the following category:

    Four (4) B.5 Business Process Re-Engineering Consultants – L3

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

    1. 1825605 Ontario Inc.
    2. ANTHONY, MACAULEY & ASSOCIATES (VICTORIA) INC
    3. C3SA CYBERNETIC SECURITY AUDIT INC.
    4. CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE
    5. ERP Connex
    6. Foursight Consulting Group Inc.
    7. HCM WORKS INC./HCM TRAVAIL INC.
    8. IDS Systems Consultants Inc.
    9. IPSS INC.
    10. Lannick Contract Solutions Inc.
    11. OpenFrame Technologies, Inc.
    12. Orangutech Inc.
    13. Shore Consulting Group Inc.
    14. TRM Technologies Inc.
    15. WorkDynamics Technologies Inc.

    Description of Work:

    Health Canada requires the services of four (4) B.5 Business Process Re-Engineering Consultants – Level 3.

    1. Introduction

    The Regulatory Operations and Regions Branch (RORB) delivers quality compliance and enforcement, and complementary scientific programs to inform and protect Canadians form health risks associated with products, substances and the environment. As a science-based regulator, we play a stewardship role that seeks to combine the best evidence with the most effective tools to protect and promote the health of all Canadians through regulatory and policy expertise that are trusted in Canada and internationally.

    2. Objective

    With the objective of modernizing business processes to fully support regulatory responsibilities, improve user experience, and improve customer service for its clients and stakeholders; Health Canada has a requirement for up to four (4), TBIPS B.5 Level 3 - Business Process Re-engineering Consultants to support the application development across the department on an “as and when required” basis.

    3. Information

    *Work will be requested by Task Authorizations (TA) issued against the Outline Agreement resulting from this RFP process*

    **Bidders must submit one bid for four (4) resources**

    ***The work is not currently being performed by a contractor***

    Security Requirement: Common PS SRCL #6 applies

    Minimum Corporate Security Required: None

    Minimum Resource Security Required: DOS - Reliability

    Contract Authority

    Name: Stephanie Cleroux

    Phone Number: 613-941-2082

    Email Address: stephanie.cleroux@canada.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
    201-203 Colonnade Road
    Ottawa, Ontario, K2E 7K9
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • D302A - Informatics Professional Services
    Contact information

    Contracting organization

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Cleroux, Stephanie
    Phone
    613-941-2082
    Address
    200 Eglantine Driveway
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Date modified: