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 – One (1) Portfolio Planner for Real Property, Senior and one (1) Financial/Cost Specialist for Real Property, Senior

Status Awarded

Contract number 4600002254

Solicitation number 1000234132

Publication date

Contract award date

Contract value

CAD 439,231.00

    Description

    This contract was awarded to:

    The AIM Group Inc

    Task and solutions professional services  – One (1) Portfolio Planner for Real Property, Senior and one (1) Financial/Cost Specialist for Real Property, Senior

    This requirement is for: Health Canada – TSPS RFP 1000234132

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

    Stream 4: Real Property Project Management Services Stream

    4.5 Financial/Cost Specialist for Real Property, Level 3

    4.6 Portfolio Planner for Real Property, Level 3

    Optional Resources (to be raised and evaluated on an, as and if required basis, at HC’s sole discretion) including:

    • 4.1 Project Administrator for Real Property, Level 3
    • 4.2 Project Manager for Real Property, Level 3,
    • 4.3 Project Leader For Real Property, Level 3, 
    • 4.5 Financial/Cost Specialist for Real Property, Level 2
    • 4.6 Portfolio Planner for Real Property, Level 2
    • 2.6 Change Management consultant, level 3 – Stream 2: Business Consulting/Change Management Stream

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

    Altis Human Resources (Ottawa) Inc.

    Cistel Technologies Inc.

    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture

    Deloitte Inc.

    Ernest & Young LLP

    IBISKA Telecom Inc.

    IT/NET OTTAWA INC, KPMG LP, in joint venture

    KPMG LLP

    Lansdowne Technologies Inc.

    Orbis Risk Consulting Inc.

    Pricewaterhouse Coopers LLP

    QMR Staffing Solutions Incorporated

    Raymond Chabot Grant Thornton Consulting Inc.

    The AIM Group Inc.

    Tiree Facility Solutions Inc.

    Description of the Requirement:

    Health Canada has a requirement for up to one (1) Financial/Cost Specialist for Real Property, Level 3 and one (1) Portfolio Planner for Real Property, Level 3 with the knowledge and experience in federal real property, strategic planning and project management on an as and when required basis.

    HC also anticipates future needs for *optional resources (to be raised and evaluated on an, as and if required basis, at HC’s sole discretion) including:

    • Project Manager for Real Property, Level 3,
    • Project Leader For Real Property, Level 3, 
    • Project Administrator for Real Property, Level 3
    • Financial/Cost Specialist for Real Property, Level 2
    • Portfolio Planner for Real Property, Level 2
    • Change Management consultant, level 3

    In responding to this solicitation, bidders must provide a proposed resource for each core category (firm requirement) listed above and certify that they have capacity to deliver qualified resources in each non-core category, if requested by HC. The Contractor must provide a full range of financial, administrative, managerial, professional project management, project leadership and technical expertise required to deliver the anticipated program of work.

    Level of Security Requirement:

    Common Professional Services Security Requirement #22

    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid facility security clearance at the level of secret, with approved document safeguarding at the level of secret, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected/classified information, assets or sensitive work site(s) must each hold a valid personnel security screening at the level of secret as required, granted or approved by the CSP, PWGSC
    3. Processing of protected/classified information electronically at the contractor/offeror's site is not permitted under this contract/standing offer
    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:
      1. Security Requirements Check List and security guide (if applicable),
      2. Contract Security Manual (latest edition)

    Proposed period of contract:

    The proposed period of contract shall be from Date of Contract Award to March 31, 2023.

    Option to Extend the Contract

    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three (3) additional one (1) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

    Canada may exercise this option at any time by sending a written notice to the Contractor at least five (5) calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.

    Estimated Level of Effort:

    The estimated level of effort for all resources for the initial contract period is 460 days. This does not include any optional resources.

    File Number: 1000234132

    Contracting Authority: Yvonne Murphy

    E-Mail: yvonne.murphy@canada.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
    126-130 Albert Street
    Ottawa, Ontario, K1P 5G4
    Procurement method
    Competitive - Limited Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019AB - Professional Services / Program Advisory Services
    Contact information

    Contracting organization

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Murphy, Yvonne
    Phone
    343-543-1965
    Address
    200 Eglantine Driveway, Tunney's Pasture
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

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