SAP Ariba system maintenance

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

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

TBIPS - IM/IT Application Modernization Projects - Change Management and Technical Architecture

Status Awarded

Contract number 4600002508

Solicitation number 1000244004

Publication date

Contract award date

Contract value

CAD 3,750,000.00

    Description

    This contract was awarded to:

    DALIAN Enterprises Inc. and CORADIX Technology Consulting Ltd. in joint venture (Team DALIAN)

    This procurement is set-aside for Indigenous Businesses.

    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 categories:

    • Three (3) resources: A.1. Application/Software Architect, Level 3
    • Three (3) resources: P.1. Change Management Consultant, Level 3

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

    1. Acosys Consulting Services Inc.
    2. ACOSYS CONSULTING SERVICES INC./SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    3. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
    4. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    5. Alika Internet Technologies Inc.
    6. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    7. Donna Conna Inc.
    8. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    9. IPSS INC.
    10. MAKWA Resourcing Inc.
    11. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    12. NATTIQ INC.
    13. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    14. SEASI Consulting Inc.
    15. Symbiotic Group Inc.

    Description of Work:

    Title: IM/IT Application Modernization Projects - Change Management and Technical Architecture

    Indigenous Services Canada (ISC) has the primary (but not exclusive) responsibility for meeting the federal government’s constitutional, treaty, political, and legal responsibilities to Indigenous peoples and Northerners. Under this mandate, ISC manages and maintains the planning, design, implementation, and assessment of policies and the delivery of a variety of programs and services to Aboriginal and Northern peoples and communities.

    As part of the Information Management Branch (IMB) within the Department, Application Development and Database and Data Administration (ADDDA) is engaging the project of transition and integration of the First Nations and Inuit Health (FNIH), and other special projects. In order to successfully manage and lead these projects while ensuring cost effectiveness, consistency with Government of Canada policies and guideline and the use of industry best practices, ADDDA is seeking multiple professional service resources under Tier 1.

    Security Requirement: Common PS SRCL #10 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Estimated Level of Effort: 220 days per year, per resource category

    Contract Duration: Two (2) years plus three (3) one-year irrevocable options allowing Canada to extend the term of the contract under the same terms and conditions. 

    Anticipated Start Date: April 1, 2023

    Number of Contract: one (1)

    Bidders must submit a bid for all resource categories.

    Similar work is currently being performed by Transpolar Technology Corporation and the Halifax Computer Consulting Group Inc. in Joint Venture under contract (value $2,000,700.00, excluding applicable taxes). However the contract includes other resource categories, such as the Application/Software Architect, but excludes the Change Management Consultant.

    Contracting Authority

    Name: Christine Madore

    Phone Number: 873-354-1376

    Email Address: christine.Madore@sac-isc.gc.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
    222 Somerset Street West, Suite 500
    Ottawa, Ontario, K2P 2G3
    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
    Indigenous Services Canada
    Address
    10 Wellington St.
    Gatineau, Quebec, K1A0H4
    Canada
    Contracting authority
    Madore, Christine
    Phone
    873-354-1376
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Indigenous Services Canada
    Address
    10 Wellington St.
    Gatineau, Quebec, K1A0H4
    Canada
    Date modified: