TBIPS Business Analysts

Solicitation number 26-311369

Publication date

Closing date and time 2026/03/24 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    Reference Number: 26-311369 Solicitation Number: 26-311369

    Organization Name: Department of Foreign Affairs, Trade and Development
    Solicitation Date: 2026-03-03 Closing Date: 2026-03-24 02:00 PM Eastern Daylight Time EDT

    Estimated Start Date: As soon as possible Estimate Level of Effort: 220 days per resource

    Contract Duration:

    Initial Contract Period of three (3) years.
    Solicitation Method: Competitive
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: Up to Two (2)
    Applicable Trade Agreements:
    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.
    Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.
    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 categories:
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    Stream 4: Business Services
    B.1 Business Analyst Level 3 15

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

    • Adirondack Information Management Inc.
    • Bayleaf Software Inc
    • BurntEdge Incorporated
    • CDW Canada Corp.
    • Cistel Technology Inc.
    • Cofomo Inc.
    • Deloitte Inc.
    • Eagle Professional Resources Inc.
    • MAKWA Resourcing Inc.
    • Michael Wager Consulting Inc.
    • MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    • Oliver Wyman Government Services ULC
    • Professional Quality Assurance Ltd.
    • Prologic Systems Ltd.
    • Superheroes Academy Inc.
    Description of Work:
    The IM/IT Bureau requires the services of multiple Business Analyst (up to 15) to support IM/IT projects. Business Analyst resources will play a significant role in facilitating communication between stakeholders and technical teams, and ensuring solutions align with organizational objectives. This may include requirements elicitation, conducting analysis and assessments, ensuring alignment between business and solution requirements, developing actionable recommendations, defining and monitoring acceptance criteria, and engaging key stakeholders throughout the project lifecycle.

    The intent is to award 2 contracts as a result of the solicitation. The first contract will be conditionally set-aside. If 2 or more indigenous companies submit proposals, the first contract will be awarded to the top ranked indigenous supplier. The remaining bids will be ranked first to last and top ranked firm awarded a contract, for a total of two contracts.

    In the case of a conditional set aside, then that portion of the requirement is set aside and trade agreements don’t apply. All trade agreements apply to the remainder.

    Incumbents Information:

    Vendor Name: Cistel Technologies Inc.
    Contract Period: July 25, 2022 to April 30, 2026
    Value: $1,690,000.00

    Vendor Name: MWCO - Michael Wager Consulting
    Contract Period: July 25, 2022 to April 30, 2026
    Value: $1,495,000.00

    Security Requirement: Common PS SRCL #34 applies
    Minimum Corporate Security Required: SECRET
    Minimum Resource Security Required: SECRET
    Contract Authority
    Name: Justin Hirsch
    Email Address: justin.hirsch@international.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.CANADA.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

    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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Please refer to tender description or tender documents

    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

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Department of Foreign Affairs, Trade and Development (GAC)
    Address

    200 prom du Portage

    Gatineau, QC, J8X4B7
    Canada
    Contracting authority
    Muna Sayid
    Email
    muna.sayid@international.gc.ca
    Bidding details

    Summary information

    Contract duration
    36 month(s)
    Procurement method
    Competitive – Selective Tendering