TBIPS-SA: B.3 Business Consultant – Level 3; B.7 Business Transformation Architect – Level 3; P.8 Project Leader – Level 3

Status Awarded

Contract number 2B0KBQ0205

Solicitation number R000071265

Publication date

Contract award date

Contract value

CAD 3,307,284.00

    Description

    This contract was awarded to:

    Protak Consulting Group Inc.

    Reference Number:

    R000071265

    Solicitation Number:

    R000071265

    Organization Name:

    Shared Services Canada – Data Centres

    Solicitation Date:

    2020-09-15

    Closing Date:

    2020-09-30 02:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date:

    2020-11-01

    Estimated Delivery Date:

    2022-10-31

    Estimate Level of Effort: 

     20 days per resource, monthly

    Contract Duration:

    The contract period will be for two (2) years from the date of contract, plus three (3) x 1-yr options.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, CKFTA, AIT

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    One (1) contract

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TBIPS EN578-170432 Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:

    • B.3 Business Consultant – Level 3

    • B.7 Business Transformation Architect – Level 3

    • P.8 Project Leader – Level 3

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

    1. Aerotek ULC

    2. Alcea Technologies Inc.

    3. Andrew Mazeikis, Andrew Lee

    4. BurntEdge Incorporated

    5. CVL INFORMATION SOLUTIONS INC.

    6. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    7. Excel Human Resources Inc.

    8. GCSTRATEGIES INCORPORATED

    9. Groupe Intersol Group Ltee.

    10. Isheva Inc.

    11. Protak Consulting Group Inc.

    12. SEASI Consulting Inc.

    13. Symbiotic Group Inc.

    14. Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.

    15. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    Description of Work:

    1. Objective

    As part of the SD&MB, Service Management Operations is responsible for establishing enterprise standards for Government of Canada IT services and aligning IT service management processes to optimize enterprise services and resources. In addition, the Service Management Operations Directorate is responsible for running day-to-day operational service management activities. This Directorate is comprised of:

    • Service Operations: which oversees the Enterprise Service Desk, Incident and Problem management

    • Service Transition: to manage the Change and Release management operations

    • Service Asset and Configuration Management: to ensure the integrity of the Configuration Management Data Base and the Asset management operations

    • Enterprise Command Centre: The Enterprise Command Centre (ECC) Transformation Project will consolidate, centralize, and modernize the monitoring command and control of SSC shared IT infrastructure. The goal of the project is to consolidate nine existing monitoring operation centres into a single integrated operations centre through standard processes, procedures and by amalgamating the six physical operation centres in the National Capital Region into one. The many disparate monitoring tools will be replaced by one enterprise-wide monitoring solution that will integrate with the new Service Management toolset for Incident, Problem and Change Management.

    • Emergency Management: to run SSC's Emergency Management program

    • IT Asset Management: ITAM Operations is mandated to manage and control physical IT Assets for SSC Enterprise Data Centers, Network and Workplace Technology Devices (desktop/mobile) components for SSC during their entire lifecycle, generally referred to as “cradle to grave”

    • IT Continuity Management: to provide ongoing management of IT Continuity plans for SSC

    • ITSM Legacy Tools: to support legacy SM and Monitoring tools and lead their migration, consolidation and decommissioning plans

    • Service Integration and Operational Performance Reporting: to support service owners and project leads to provide the “ITSM Wrapper” for the services and/or projects and design, and to produce and maintain operational performance reporting

    2. Scope of Work

    The scope of work includes:

    1. Architect, design and integrate projects and initiatives (see list above) to transform IT Service Management design including

      1. Integration with other branches;

      2. Technical and business design between initiatives & new capabilities;

    2. Negotiations with project vendors – negotiating terms and conditions, service agreements, service standards, roles and responsibilities etc.

    3. Financial costing and analysis of service management chargebacks to clients for IT Services

      1. Developing funding models;

      2. Understanding IT Infrastructure service costing against industry standards;

      3. IT Industry expertise in alignment to calculation methodologies used by large private sector organizations.

    • Bidders must submit one (1) resource per category, three (3) resources in total.

    Security Requirement:

    Minimum Corporate Security Required: FSC - Secret

    Minimum Resource Security Required: Secret

    Contract Authority

    Name: Sasha Cesaratto

    Phone Number: 613-291-4579

    Email Address: sasha.cesaratto@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
    343 Preston Street, Suite 1100
    Ottawa, Ontario, K1S 1N4
    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
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    Cesaratto, Sasha
    Phone
    613-291-4579
    Address
    180 rue Kent
    Ottawa, ON,
    CA

    Buying organization(s)

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada