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.

One (1) ERP Technical Analyst (Business Intelligence), Level 3

Solicitation number W8486-260717/A

Publication date

Closing date and time 2026/05/25 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-260717/A
    Tier: 1 (< $4.5M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) ERP Technical Analyst (Business Intelligence), Level 3 under Stream 1, Applications Services. The intent of this solicitation is to establish one (1) Contract for two (2) initial years, with the option to extend the term of the Contract by up to one (1) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task-Based Informatics Professional Service (TBIPS) Supply Arrangement (SA) number EN578-170432.

    This procurement has been conditionally set aside under the federal government's Procurement Strategy for Indigenous Business (PSIB). To be considered, a business must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB.

    Time Frame of Delivery: As soon as possible.

    Documents may be submitted in either official language of Canada.

    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 the RFP documents are not available on the CanadaBuys Tender Management Application (https://canadabuys.canada.ca).

    The TBIPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TBIPS please contact Public Works and Government Services Canada (PWGSC).

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's CanadaBuys Tender Management Application website at: https://canadabuys.canada.ca/en/about-us/news-and-events/transition-can…

    List of Pre-Qualified Suppliers:

    This requirement is open the following suppliers who qualified under the stated consultant stream, region and tier:

    01 Millennium Consulting Inc.
    10947482 Canada Inc.
    1511995 Ontario Limited, CDW Canada, in Joint Venture
    1511995 Ontario Limited, iPSS inc., Epi-Use Now Inc., in JV
    2iSolutions Inc.
    2toLead Limited
    4165047 Canada Inc.
    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
    49 Solutions Inc.
    7 Theta Inc
    7792395 Canada Inc.
    9149481 Canada Inc.
    9468269 Canada Corp.
    A Hundred Answers Inc.
    A. Net Solutions Inc.
    Accenture Inc.
    Access Corporate Technologies Inc.
    Acosys Consulting Services Inc.
    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    Action Personnel of Ottawa-Hull Ltd
    Adastra Corporation
    Adecco Employment Services Limited/Services de placement Adecco Limited
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc.
    Adirondack Information Management Inc., Entrust Limited, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    Advanced Chippewa Technologies Inc.
    Affinity Staffing Inc.
    Akkodis Canada Inc.
    Alding Enterprises 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
    ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE
    Alphabyte Solutions Inc.
    Altis Recruitment & Technology Inc.
    ALTRUISTIC INFORMATICS CONSULTING INC.
    Amazon Web Services Canada, Inc.
    Amyantek Inc
    Andrew Mazeikis, Andrew Lee
    Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    ANTHONY, MACAULEY & ASSOCIATES (VICTORIA) INC
    AQR Management services Inc.
    ARCTIQ CANADA INC.
    Axons Canada Inc., Levio Conseils Inc., IN JOINT VENTURE
    AZUR HUMAN RESOURCES LIMITED
    BA - Tech consulting Inc.
    BDO Canada LLP
    Bevertec CST Inc.
    BoonBridge Corporation
    BP & M Government IM & IT Consulting Inc.
    Bridgenext Canada Corporation
    Bridgetown Consulting Inc.
    BRYCA Solutions Inc., SERVER CLOUD CANADA INC., 2657319 ONTARIO INC., in Joint Venture
    C3SA CYBERNETIC SECURITY AUDIT INC.
    Cache Computer Consulting Corp.
    CACHE COMPUTER CONSULTING CORP., SYSTÈMES SYNTAX LTÉE / SYNTAX SYSTEMS LTD, in Joint Venture
    Calian Ltd.
    CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
    Captiva Consulting Inc.
    CGI Information Systems and Management Consultants Inc.
    Cistel Technology Inc.
    CloseReach Ltd.
    CloseReach Ltd., SnapSearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., IN JOINT VENTURE
    Cofomo Inc.
    Cogniva Information Solutions Inc.
    CompuStaff Corp.
    COMPUTACENTER CANADA INC.
    Confluence Consulting Inc.
    Conoscenti Technologies Inc.
    Consultation ISGA Inc.
    Contract Community Inc.
    CorGTA Inc.
    Creospark Consulting Services Inc.
    CSI Consulting Inc.
    CVL INFORMATION SOLUTIONS INC.
    Dare Human Resources Corporation
    Dargan Industries Inc.
    Dasro Consulting Inc.
    Deloitte Inc.
    Dempton Solutions Technologiques
    DLS Technology Corporation
    DOLOMITE NETWORKS CORPORATION, Pur Security Inc., PHIRELIGHT SECURITY SOLUTIONS INC., SPHYRNA SECURITY INCORPORATED , IN JOINT VENTURE
    Donna Cona Inc.
    DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    DXC TECHNOLOGY CANADA CO.
    Eagle Professional Resources Inc.
    Eclipsys Solutions Inc
    Elastalink Corp.
    EMINENT SYSTEMS INC.
    ENET4S SOFTWARE SOLUTIONS LTD
    eNet4S Software Solutions Ltd., Entaros Inc. IN JOINT VENTURE
    Entaros Corp.
    Entrust Limited
    Equasion Business Technologies Consulting Inc
    Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV
    Ernst & Young LLP
    Etico, Inc.
    Evolving Web Inc.
    EXPERIS CANADA INC.
    Exposant 3 Inc.
    Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    Flex Tech Services Inc.
    ForgeSight Technologies Inc.
    FreeBalance Inc.
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    GEF Consulting Inc.
    GREEN LIGHT CONSULTING SOLUTIONS INC.
    Green PI Inc
    GSI International Consulting Inc.
    Hays Specialist Recruitment (Canada) Inc.
    HubSpoke Inc.
    I4C INFORMATION TECHNOLOGY CONSULTING INC
    IBISKA Telecom Inc.
    IBM Canada Limited/IBM Canada Limitée
    iFathom Corporation
    Illuminz Solutions Inc.
    InfoMagnetics Technologies Corporation (IMT)
    Infosys Public Services Inc
    Innobec and MDOS in JV
    InSync Systems Inc.
    Intelan Consulting Inc.
    INTERGRAPH CANADA ULC.
    IPSG Technology Inc.
    IPSS INC.
    IT/Net - Ottawa Inc.
    IT/NET OTTAWA INC, KPMG LLP, in joint venture
    iVedha Inc.
    KPMG LLP
    Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    Labor Tek Personnel Services Ltd / Labor Tek Services de Personnel Ltee
    LAJAK TECHNOLOGIES INC., 7140428 CANADA INCORPORATED, 1786052 ONTARIO INC., IN JOINT VENTURE
    Le Groupe Conseil Bronson Consulting Group
    LE GROUPE SYGIF INC.
    Leo-Pisces Services Group Inc.
    Les Enterprises Norleaf Networks Inc.
    Leverage Technology Resources Inc.
    Levio Conseils Inc.
    Lightning Tree Consulting Inc., Burbeck Inc., and P.G. Rodler Consulting in Joint Venture
    LIKE 10 INC.
    LIKE 10 INC., SoftMosis Inc. IN JOINT VENTURE
    LinHR Consulting Inc.
    LNine Consulting Inc.
    LNW Consulting Inc
    Logic 2000 Incorporated
    Louis Tanguay Informatique Inc.
    M.G.I. Maintenance Group Inc.
    MAKWA Resourcing Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Malarsoft Technology Corporation
    MALARSOFT TECHNOLOGY CORPORATION, CISTEL TECHNOLOGY INC., COMPUTACENTER CANADA INC. IN JOINT VENTURE
    Maplefox Projects Inc.
    Maplesoft Consulting Inc.
    Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    Maplr Consultation Inc
    Mara Consulting Inc
    Maverin Business Services Inc.
    Maverin Inc.
    MaxSys Staffing & Consulting Inc.
    MDOS CONSULTING INC.
    MERAK Systems Corporation
    Messa Computing Inc.
    Metaflow Inc.
    MGIS Inc.
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    Michael Wager Consulting Inc.
    Miipe Inc.
    Mindwire Systems Ltd.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    MIR Digital Solutions Corporation
    MNP LLP
    MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    Myticas Consulting Inc.
    N12 Consulting Corporation
    NATTIQ INC.
    NavPoint Consulting Group Inc.
    New Value Solutions Group Inc.
    Newfound Recruiting Corporation
    Nisha Technologies Inc.
    Norconex Inc.
    Nortak Software Ltd.
    Northern Micro Inc.
    NRNS Incorporated
    nTech Conseil Inc. nTech Consulting Inc.
    NTT DATA CANADA, INC.
    OGGN Inc.
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    Oomple Inc.
    Open Text Corporation
    Orangutech Inc.
    OXARO INC.
    Palantir Technologies Canada Inc.
    Paralucent Inc
    Pennant Canada Limited
    PHILTAM CORPORATION
    PlanIT Search Inc.
    Pleiad Canada Inc.
    PRECISIONERP INCORPORATED
    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    Pricewaterhouse Coopers LLP
    Primex Project Management Limited
    Procom Consultants Group Ltd.
    Prologic Systems Ltd.
    Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    Promaxis Systems Inc
    Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE
    Protak Consulting Group Inc.
    QA CONSULTANTS INC.
    QMR Staffing Solutions Incorporated
    Quallium Corporation
    Quarry Consulting Inc.
    R2i Incorporated
    Randstad Interim Inc.
    Renaps Technologies Canada Inc
    RHEA INC., I4C INFORMATION TECHNOLOGY CONSULTING INC., in Joint Venture
    Robertson & Company Ltd.
    Robina and Biban Associates Inc.
    RS Tec Systems Inc
    S.I. SYSTEMS ULC
    SAIGE TECHNOLOGIES ULC, 9345540 CANADA INC., IN JOINT VENTURE
    Samson & Associés CPA/Consultation Inc
    SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture
    SEASI Consulting Inc.
    SEASI CONSULTING INC., ADASTRA CORPORATION , IN JOINT VENTURE
    Shore Consulting Group Inc.
    Simplic-IT Inc.
    Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
    SoftSim Technologies Inc.
    Solutions Moerae Inc
    Spaghetti Logic Inc.
    Spearhead Management Canada Ltd.
    Spectra FX Inc.
    Square BPM Inc.
    Steel River Group Ltd. Tundra Technical Solutions Inc. in Joint Venture
    Strategic Relationships Solutions Inc.
    Sundiata Warren Group Inc.
    Symbiotic Group Inc.
    SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    Syncoria Incorporated
    SYSTEMATIX IT SOLUTIONS INC., SYSTEMATIX TECHNOLOGIES DE L'INFORMATION INC., LES SERVICES CONSEILS SYSTEMATIX INC., SYSTEMATIX TECHNOLOGY CONSULTANTS INC., in Joint Venture
    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    Systèmes Syntax Ltée/Syntax Systems Ltd.
    T.E.S. Contract Services INC.
    T.I.7 INC., Quarry Consulting Inc., in joint venture
    TAG HR The Associates Group Inc.
    Talencity Inc.
    Tato Recruiting Inc.
    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    Teambuilder Consulting Inc.
    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    TechWind Inc.
    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 KTL Group, Inc.
    THE LANSDOWNE CONSULTING GROUP INC.
    THE SOURCE STAFFING SOLUTIONS INC.
    Thinking Big Information Technology Inc.
    Thomas&Schmidt Inc.
    ThoughtStorm Incorporated
    Tiree Facility Solutions Inc.
    TPG Technology Consulting Ltd.
    Trillys Systems inc.
    TRM Technologies Inc.
    Tundra Technical Solutions Inc
    Turtle Technologies Inc.
    Valcom Consulting group Inc.
    Valencia IIP Advisors Limited
    Vantix Systems Inc.
    VERSATIL BPI INC, SOLUTIONSTAT, CONSULTATION ET FORMATION EN STATISTIQUE INC. , in joint venture
    Versatil BPI Inc.
    Wiz Management Inc
    Work4ce Inc.
    WorldHire Inc
    Yoush Inc.
    Zernam Enterprise Inc

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: Secret
    Security Level required (Document Safeguarding): None

    For additional information, consult Part 6 – Security and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    Location of Work:

    Region: National Capital Region

    Specific Location: Services must be provided on-site at one (1) of the following DND facilities in the National Capital Region. These locations may include, but are not limited to:
    • 45 Boulevard Sacré-Coeur, Gatineau, QC J8X 1C6
    • 60 Moodie Dr, Nepean, ON, K1A 0K2
    • 455 Boulevard de la Carrière, Gatineau, QC, J8Y 6V7

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Kelsey Lawrence
    Email: kelsey.lawrence2@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    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)

    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
    Department of National Defence (DND)
    Address

    101 Colonel by Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Kelsey Lawrence
    Email
    kelsey.lawrence2@forces.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
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    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: