Business Analysts for Canadian Innovation Programs
Solicitation number 10053181
Publication date
Closing date and time 2016/10/28 14:00 EDT
Description
Task and Solution Professional Services (TSPS) Supply Arrangement (SA) Requirement
This requirement is for: Public Works Government Services Canada
This requirement is open only to those invited against the TSPS SA holders against Aboriginal suppliers, who qualified under The Business Consulting/Change Management stream for
One (1) senior level 3 Business Analyst;
Up to Two (2) junior level 1 Business Analysts for stakeholder engagement; and
Up to Two (2) junior level 1 Business Analysts for digital engagement.
One contract will be awarded.
The following SA Holders have been invited to submit a proposal.
Name of invited SA Holder
1. Adirondak Information Management Inc.
2. ADRM Technology Consulting Group Corp.
3. ADRM Technology Consulting Group Corp. / Randstad Interim Inc (in joint venture)
4. Auguste Solutions & Associates Inc.
5. Dalian Enterprises & Coradix Technology Consulting (in joint venture)
6. Donna Cona Inc.
7. IT Services Canada Inc.
8. Koroc Consulting Inc. and Isheva Inc. (in joint venture)
9. Makwa Resourcing Inc. TPG Technology Consulting Ltd. (in joint venture)
10. Nisha Technologies Inc.
11. Orbis Risk Consulting Inc.
12. Symbiotic Group Inc.
13. Transpolar Technology Corporation & The Halifax Computer Consulting Group (in joint venture)
14. Turtle Technologies Inc.
15. Turtle Technologies Inc. & SOMOS Consulting Group Ltd. (in joint venture)
Request for proposal (RFP) documents will be e-mailed directly from the contracting officer to the qualified SA holders who are invited to bid on this requirement. Bidders are advised that BuyandSell.gc.ca is not responsible for the distribution of the solicitation documents.
Security requirement: Secret level (or higher) at bid receipt.
Description of the requirement:
The purpose of this contract is to provide research and business analysis services to support an assessment of the Build in Canada Innovation Program (BCIP), provide recommendations intended to improve the Innovation Matching component of the program, and support the implementation of any recommendations consequently accepted by BCIP management.
The BCIP is currently in a transitional period where increases in operational efficiency, matchmaking capacities and tools, strategic communications, outreach activities, program size, and scope are being explored and potentially implemented. While recent changes to the program address specific recommendations to expedite delivery of innovations by Canadian companies, they did not address suggestions from industry to expand the BCIP to increase the potential benefits of the program to the innovation sector across Canada.
In consulting with a number of key stakeholders, the assessment is to consider, but is not limited to, the following key lines of inquiry:
- Barriers experienced by small and medium-sized business when participating in the BCIP;
- Innovation program design and delivery (including analysis of push/pull models and other similar programs, both domestic and international);
- Ongoing Innovation Matchmaking and Management strategies, processes, and tools;
- Role and function of the BCIP in Canada’s innovation sector;
- Considerations and potential integrations due to any changes to the government’s innovation agenda; and
- Possible governance improvements for the BCIP.
This project will consist of a wide breadth of research and consultation in order to provide a basis for analysis by the Contractor and BCIP program officials. The results of this work will be provided to the BCIP regularly and used by the Contractor to present an analysis. Proposed recommendations based on this analysis will be provided to the Project Authority at the end of the project.
Proposed period of contract:
The proposed initial period of contract shall be from contract award to end after a twelve (12) month period (2017) for an estimated 240 days.
Inquiries regarding this RFP are to be submitted to the Contracting Authority listed below.
File Number: 10053181
Contracting Authority: Céline Chartrand
Phone Number: 819-420-1773
E-Mail: celine.chartrand@pwgsc-tpsgc.gc.ca
NOTE: Method of Supply is refreshed on an annual basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact spts.tsps@tpsgc-pwgsc.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Chartrand, Celine
- Phone
- 819-420-1773
- Address
-
11 rue Laurier, Portage III, 5C2Gatineau, QC, K1A 0S5CA
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.