Task and solutions professional services – 2.5 Business Process Consultants and 2.8 Business Architects - Level 2 (Intermediate)

Solicitation number 1000253859

Publication date

Closing date and time 2024/01/04 14:00 EST

Last amendment date


    Description

    Task and solutions professional services – 2.5 Business Process Consultants and 2.8 Business Architects - Level 2 (Intermediate)

    This requirement is for: Health Canada – TSPS RFP 1000253859

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

    Stream 2: Business Consulting/Change Management Stream
    2.5 Business Process Consultants, Level 2
    2.8 Business Architects, Level 2

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

    1. ADGA Group Consultants Inc
    2. Adirondack Information Management Inc., The AIM Group Inc. in joint venture
    3. ADRM Technology Consulting Group Corp and Randstad Interim Inc
    4. BRING Management Solutions Inc.
    5. Cistel Technology Inc.
    6. Donna Cona Inc.
    7. Econ Inc.
    8. Fast Track Staffing, 49 Solutions in Joint Venture
    9. iFathom Corporation
    10. KPMG LLP
    11. Maplesoft Consulting Inc.
    12. Naut’sa mawt Resources Group, Inc.
    13. Randstad Interim Inc.
    14. The AIM Group Inc.
    15. The Halifax Computer Consulting Group Inc.
    16. Thinkpoint Inc.

    Description of the Requirement:

    Health Canada, Health Products and Food Branch (HPFB) Health Canada has a requirement for up to five (5) TSPS Level 2 Business Process Consultants and up to two (2) TSPS Level 2 Business Architects to offer services across the HPFB on an as and when required basis.

    Level of Security Requirement:

    Common Professional Services Security Requirement #6
    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The contractor/offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction
    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:
    a. Security Requirements Check List and security guide (if applicable), attached at Annex C.
    b. Contract Security Manual (latest edition)
    Proposed period of contract/Time frame of delivery:

    The proposed period of contract shall be from Date of Contract Award to three years.

    Estimated Level of Effort:

    The estimated level of effort for all resources under category 2.5 Business Process Consultants is 2400 days, and 2.8 Business Architect is 400 days.

    Estimated Quantity of Commodity: Tier 1 – TSPS – up to 3.75M

    File Number: 1000253859

    Contracting Authority: Yvonne Murphy

    E-Mail: yvonne.murphy@hc-sc.gc.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

    Contract duration

    The estimated contract period will be 36 month(s).

    Trade agreements

    • 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)

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Health Canada
    Address

    200 Eglantine Driveway, Tunney's Pasture

    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Yvonne Murphy
    Phone
    (343) 543-1965
    Email
    yvonne.murphy@hc-sc.gc.ca
    Address

    200 Eglantine Driveway, Tunney's Pasture

    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    57
    001
    French
    1

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    36 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: