Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Service Management Governance (SMG-TIPS) Task Informatics Professional Services Vehicle

Solicitation number R000176658/A

Publication date

Closing date and time 2025/10/20 14:00 EDT

Last amendment date


    Description

    This requirement is open only to those TBIPS EN578-170432 Supply Arrangement Holders who qualified under Tier 2 for services in the National Capital Region for the following categories:

    C.1 IT Security Planning and Protection Consultant
    C.2 IT Security Methodology, Policy and Procedures Analyst
    C.6 IT Security Engineer
    C.7 IT Security Design Specialist

    SSC intends to award four contracts for two years.
    SSC estimates 200 days per resource.

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

    01 Millennium Consulting Inc.
    10947482 Canada Inc.
    2iSolutions Inc.
    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
    49 Solutions Inc.
    529040 ONTARIO INC and 880382 ONTARIO INC
    7 Theta Inc
    Accenture Inc.
    ADGA Group Consultants Inc.
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    Advanced Chippewa Technologies Inc.
    Agile Biztech Inc.
    Akkodis Canada Inc.
    Alika Internet Technologies Inc.
    Alika Internet Technologies Inc., LNine Consulting Inc. in Joint Venture
    ALITHYA CANADA INC
    Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
    Altis Recruitment & Technology Inc.
    ALTRUISTIC INFORMATICS CONSULTING INC.
    Amyantek Inc
    Archipelago Alliance Inc.
    Axons Canada Inc., Levio Conseils Inc., IN JOINT VENTURE
    Benchmark Corp
    Breckenhill Inc.
    BRYCA Solutions Inc., SERVER CLOUD CANADA INC., 2657319 ONTARIO INC., in Joint Venture
    C3SA CYBERNETIC SECURITY AUDIT INC.
    Cache Computer Consulting Corp.
    Calian Ltd.
    CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
    CGI Information Systems and Management Consultants Inc.
    CHARTER TELECOM INC
    Cistel Technology Inc.
    Cofomo Inc.
    COMPUTACENTER CANADA INC.
    Conoscenti Technologies Inc.
    CorGTA Inc.
    CSI CONSULTING INC., SABYTEL TECHNOLOGIES INC. IN JOINT VENTURE
    DECISIVE GROUP INC.
    Deloitte Inc.
    DLS Technology Corporation
    DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV
    Dolomite Networks Corporation
    Donna Cona Inc.
    DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    Eagle Professional Resources Inc.
    Eclipsys Solutions Inc
    EMINENT SYSTEMS INC.
    ENET4S SOFTWARE SOLUTIONS LTD
    ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    EXPERIS CANADA INC.
    Fifalde Consulting Inc.
    General Dynamics Land Systems – Canada Corporation
    Green PI Inc

    GSI International Consulting Inc.
    I.M.P. Group Limited
    I4C INFORMATION TECHNOLOGY CONSULTING INC
    IBISKA Telecom Inc.
    IBM Canada Limited/IBM Canada Limitée
    iFathom Corporation
    Infosys Public Services Inc
    Innobec and MDOS in JV
    InSync Systems Inc.
    Integra Networks Corporation
    IPSS INC.
    iPSS inc. / Long View Systems Corporation, in Joint Venture
    IT/NET OTTAWA INC, KPMG LLP, in joint venture
    Juno Risk Solutions Incorporated
    KPMG LLP
    Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    Les Enterprises Norleaf Networks Inc.
    Levio Conseils Inc.
    MAKWA Resourcing Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Malarsoft Technology Corporation
    Maplesoft Consulting Inc.
    Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    Maverin Business Services Inc.
    Maverin Inc.
    MDOS CONSULTING INC.
    MGIS Inc.

    Michael Wager Consulting Inc.
    Mindwire Systems Ltd.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    Myticas Consulting Inc.
    NavPoint Consulting Group Inc.
    Newfound Recruiting Corporation
    NRNS Incorporated
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    OPTIV CANADA FEDERAL INC.
    OXARO INC.
    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    Pricewaterhouse Coopers LLP
    Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    Protak Consulting Group Inc.
    PureLogic IT Solutions Inc
    QA CONSULTANTS INC.
    Quallium Corporation
    Quarry Consulting Inc.
    Randstad Interim Inc.
    Raymond Chabot Grant Thornton Consulting Inc.
    RHEA INC.
    RHEA INC., I4C INFORMATION TECHNOLOGY CONSULTING INC., in Joint Venture
    S.I. SYSTEMS ULC
    Sabytel Technologies Inc.

    Samson & Associés CPA/Consultation Inc
    SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture
    Services Eviden, Inc. Eviden Services, Inc.
    Sierra Systems Group Inc.
    Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
    Solana Networks INC.
    Solutions Moerae Inc
    Spaghetti Logic Inc.
    Sphyrna Security Incorporated
    Stantec Consulting Ltd.
    SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    SYSTEMATIX IT SOLUTIONS INC., SYSTEMATIX TECHNOLOGIES DE L'INFORMATION INC., LES SERVICES CONSEILS SYSTEMATIX INC., SYSTEMATIX TECHNOLOGY CONSULTANTS INC., in Joint Venture
    T.E.S. Contract Services INC.
    T.I.7 INC., Quarry Consulting Inc., in joint venture
    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    Teambuilder Consulting Inc.
    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    TECSIS Corporation
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA; TEKSYSTEMS GLOBAL SERVICES CORP. IN JOINT VENTURE
    The AIM Group Inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    The Halifax Computer Consulting Group Inc.
    The Herjavec Group

    The KTL Group, Inc.
    Thinking Big Information Technology Inc
    ThoughtStorm Incorporated
    TPG Technology Consulting Ltd.
    Transatlantic Business Consulting Inc.
    TRM Technologies Inc.
    Tundra Technical Solutions Inc
    Turtle Technologies Inc.
    Valencia IIP Advisors Limited
    Vurtur Communications Group
    WNCS INCORPORATED
    Work4ce Inc.
    WorldReach Software Corporation
    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
    Alika Internet Technologies Inc.
    ANTHONY, MACAULEY & ASSOCIATES (VICTORIA) INC
    BRYCA Solutions Inc.
    Calian Ltd.
    DesTech
    EXPERIS CANADA INC.
    IBISKA Telecom Inc.
    InSync Systems Inc.
    Lemay.ai
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Spectra FX Inc.
    T.I.7 INC., Quarry Consulting Inc., in joint venture
    TAG HR The Associates Group Inc.
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    Description of Work:
    SSC requires the services for Information Technology (IT) security professionals to support new and ongoing security project initiatives, and the resulting IT systems or services.

    Security Requirement:
    Minimum Corporate Security Required: FSC - Secret
    Minimum Resource Security Required: secret

    Contract Authority
    Name: Dana Hemmings
    Phone Number: 343-549-4735
    Email Address: dana.hemmings@ssc-spc.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 “CanadaBuys” 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

    Thank you,
    Thank you,

    Contract duration

    The estimated contract period will be 24 month(s).

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Shared Services Canada (SSC)
    Address

    99 Metcalf

    Ottawa, Ontario, K1P 6L7
    Canada
    Contracting authority
    Hemmings, Dana
    Email
    Dana.Hemmings@ssc-spc.gc.ca
    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.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    24 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: