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
Contact information
Contracting organization
- Organization
-
Health Canada
- Address
-
200 Eglantine Driveway, Tunney's Pasture
Ottawa, Ontario, K1A 0K9Canada
- 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 0K9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
TSPS NPP (English) 1000253859.pdf | 001 |
English
|
57 | |
TSPS NPP (French) 1000253859 Final.pdf | 001 |
French
|
1 |
Access the Getting started page for details on how to bid, and more.