Support on informatics and digital services

Solicitation number P2400146

Publication date

Closing date and time 2024/01/22 15:00 EST

Last amendment date


    Description

    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:

    CORE TEAM:
    - 1 Level 3 Application/Software Architect - Cloud Support MS Dynamics 365
    - 1 Level 3 Application/Software Architect - Cloud Support SharePoint Office 365
    - 1 Level 3 Programmer/Software Developer - .NET/Dynamic CRM
    - 1 Level 3 Information Technology Security Threat and Risk Assessment and Certification and Accreditation Analyst
    - 1 Level 3 Network Analyst - Azure Cloud Administrator

    ADDITIONAL RESOURCES (these resources may only be requested at a further date, if required):
    - 1 Level 3 Change Management Consultant
    - 1 Level 3 Technical Architect
    - 1 Level 3 Database Administrator
    - 1 Level 3 Database Modeller/Information Management Modeller
    - 1 Level 3 Information Management Architect
    - 1 Level 3 System Administrator
    - 1 Level 3 Business Analyst
    - 1 Level 3 Business Process Re-engineering Consultant
    - 1 Level 3 Enterprise Architect
    - 1 Level 3 Project Manager
    - 1 Level 3 Privacy Impact Assessment Specialist
    - 1 Level 3 Information Technology Security Methodology, Policy and Procedures Analyst
    - 1 Level 3 Information Technology Security Design Specialist
    - 1 Level 2 Help Desk Specialist
    - 1 Level 3 Help Desk Specialist
    - 1 Level 3 Network Analyst

    The following SA Holders have been invited to submit a proposal:
    1. Adirondack Information Management Inc.
    2. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., THE AIM GROUP Inc., in JOINT VENTURE
    3. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    4. Altis Recruitment & Technology Inc.
    5. Cistel Technology Inc.
    6. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    7. IPSS INC.
    8. IT/NET OTTAWA INC, KPMG LLP, IN JOINT VENTURE
    9. Leverage Technology Resources Inc.
    10. Levio Conseils Inc.
    11. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In JOINT VENTURE
    12. NRNS Incorporated
    13. Olav Consulting Corp
    14. Randstad Interim Inc.
    15. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    Description of Work:
    The Office of the Information Commissioner of Canada (OIC) has a requirement for various resources on as and when requested basis, to provide support on informatics and digital services.

    Bidders must submit a bid for all core resource categories.

    Security Requirement: Common PS SRCL #06 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS) – Reliability
    Minimum Resource Security Required: Reliability
    Document safeguarding: Not applicable.

    Procurement Officer:
    Name: Charissa Hsieh
    Email Address: service./service@chrc-ccdp.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 “BUYANDSELL.GC.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.

    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 48 month(s), with a proposed start date of 2024/04/01.

    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
    Canadian Human Rights Commission
    Address

    344 Slater St

    Ottawa, Ontario, K1A 1E1
    Canada
    Contracting authority
    Charissa Hsieh
    Phone
    (343) 575-1141
    Email
    service./service@chrc-ccdp.gc.ca
    Address

    344 Slater St

    Ottawa, Ontario, K1A 1E1
    Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    79
    001
    French
    7

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    ,
    Gatineau
    ,
    Ottawa
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    48 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price