IM/IT Professional services for ATSSC - TBIPS
Solicitation number 20222812
Publication date
Closing date and time 2023/05/16 16:00 EDT
Last amendment date
Description
Requirement Details
Tendering Procedure: Selective Tendering
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 category(ies):
Core:
One (1) B.3 Level 3 Business Consultant
One (1) B.6 Level 3 Business Systems Analyst
One (1) P.5 Level 3 Project Executive
One (1) P.9 Level 3 Project Manager
Additional:
One (1) B.1 Level 3 Business Analyst
One (1) B.7 Level 3 Business Transformation Architect
One (1) C.3 Level 3 IT Security Threat and Risk Assessment and Certification and Accreditation Analyst
The following SA Holders have been invited to submit a proposal:
1. Accenture Inc.
2. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
3. Alika Internet Technologies Inc.
4. ALITHYA CANADA INC
5. DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV
6. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
7. Integra Networks Corporation
8. IPSS INC.
9. iVedha Inc.
10. Leverage Technology Resources Inc.
11. Malarsoft Technology Corporation
12. MALARSOFT TECHNOLOGY CORPORATION, COMPUTACENTER TERAMACH INC., in Joint Venture
13. Quallium Corporation
14. Samson & Associés CPA/Consultation Inc
15. Sierra Systems Group Inc.
Description of Work:
The Administrative Tribunals Support Service of Canada (ATSSC) is responsible for providing support services to twelve (12) federal administrative tribunals by way of a single, integrated organization. The Information Services & Solutions Team (ISST) requires the services of IM/IT professional resources on an “as and when requested” basis to assist with temporary projects within the organization.
The ATSSC manages multiple projects to deliver solutions to the federal administrative tribunals. In support of the Tribunals mandate to deliver access to Justice, the ISST is implementing new websites, e-filing systems and courts and registry systems for the tribunals based on Filemaker Pro technology.
It is the desire of ATSSC to avoid reliance on contractors by ensuring knowledge transfer to employees, reducing customization to reduce the complexity of future upgrades, encouraging standard business practices, and facilitating adoption of native workflow, and paperless transactions.
Parts of the work are currently being performed by:
- “Makwa Resourcing Inc. and TPG Technology Consulting Ltd. in Joint Venture (Team Makwa/TPG)” under contract (value $3.75M);
- “Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc. In Joint Venture (Adirondack Information Management Inc.)” under contract (value $3.75M).
Security Requirement: Common PS SRCL #06 applies
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Reliability
Contract Authority
Name: Veronica Ross
Phone Number: 343-596-7267
Email Address: procurements-achats@tribunal.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. 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
Contract duration
The estimated contract period will be 12 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
-
Administrative Tribunals Support Service of Canada
- Address
-
240 Sparks St
Ottawa, ON, K1A 0X8Canada
- Contracting authority
- Veronica Ross
- Phone
- (343) 596-7267
- Email
- procurements-achats@tribunal.gc.ca
- Address
-
240 Sparks St.
Ottawa, ON, K1A 0X8Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.