SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

TBIPS ISED 186532 - A.16 Web multimedia Content Consultant - L3

Solicitation number ISED 186532

Publication date

Closing date and time 2017/11/10 13:00 EST

Last amendment date


    Description

    AMENDMENT #2

    This amendment is needed to attach Q&A 3-4 document and Amendment #2 to this NPP.

    All other terms and conditions remain the same.

    *********************************************************************************************************

    AMENDMENT #1

    This amendment is needed to attach Q&A 1-2 document and Amendment #1 to this NPP.

    All other terms and conditions remain the same.

    *********************************************************************************************************

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A INFORMATICS PROFESSIONAL SERVICES

    Reference Number:

    N/A

    Solicitation Number:

    ISED 186532

    Organization Name:

    Innovation, Science and Economic Development Canada Canadian Intellectual Property Office

    Solicitation Date:

    2017-10-16

    Closing Date:

    2017-11-03 14:00 Eastern Daylight Saving Time EDT

    Anticipated Start Date:

    2017-12-01

    Estimated Delivery Date:

    N/A

    Estimate Level of Effort: 

     150 days / year

    Contract Duration:

    The initial contract period will be from date of contract award and ends one (1) year after with two (2) irrevocable options to extend it for one (1) year.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT, Canada-Chile, Canada-Colombia, Canada-Panama, Canada-Peru

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    1

    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 category:

    One (1) Level 3 – Web Multi-Media Content Consultant

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

    1. Alika Internet Technologies Inc.

    2. ALTRUISTIC INFORMATICS CONSULTING INC.

    3. CAE Inc.

    4. Calian Ltd.

    5. Coradix technology Consulting Ltd.

    6. Emerion

    7. Facilité Informatique Canada Inc.

    8. General Dynamics Information Technology Canada Ltd.

    9. IT/Net - Ottawa Inc.

    10. Jumping Elephants Incorporated

    11. LIKE 10 INC., SoftMosis Inc. IN JOINT VENTURE

    12. MaxSys Staffing & Consulting Inc.

    13. Modis Canada Inc

    14. Nisha Technologies Inc.

    15. Procom Consultants Group Ltd.

    16. Robertson & Company Ltd.

    17. S.i. Systems Ltd.

    18. Solutions Moerae Inc

    19. Systemscope Inc.

    20. TELUS Communications Inc.

    21. TPG Technology Consulting Ltd.

    1. TITLE

    Lead User Experience Designer for the CIPO IT Modernization Program (Senior Web Multi-media Content Consultant / Web Architect)

    1. BACKGROUND

    2.1 Mandate

    Innovation Science and Economic Development Canada (ISED), formerly Industry Canada, works with Canadians in all areas of the economy and in all parts of the country to improve conditions for investment, enhance Canada’s innovation performance, increase Canada’s share of global trade and build a fair, efficient and competitive marketplace.

    This includes managing Canada’s airwaves and overseeing its bankruptcy, incorporation, intellectual property and measurement systems; providing financing and industry research tools to help businesses develop, import and export; encouraging scientific research; and protecting and promoting the interests of Canadian consumers.

    2.2 Organization

    As a Special Operating Agency associated with ISED, the Canadian Intellectual Property Office (CIPO) is responsible for the administration and processing of the greater part of intellectual property (IP) in Canada. Through the delivery of high quality and timely IP products and services, and by increasing awareness, knowledge and effective use of IP by Canadians, CIPO plays a key role in supporting innovation and economic success in Canada.

    2.3 Project Overview

    The current state of the CIPO’s Information Technology (IT) systems is impacting the organization’s ability to fulfill its vision and mandate in an effective manner. Outdated IT systems constrain CIPO from operating efficiently, and have affected its capacity to meet modern-day demands and business needs of its customers. Furthermore, the cost of maintaining multiple systems that cannot be integrated poses a serious financial and operational risk for the organization.

    To address these challenges, CIPO initiated its IT Modernization (ITM) program in 2012. The ITM Program is being led by CIPO’s Programs Branch, working in close partnership with ISED’s Chief Information Office (CIO) Branch. It is being delivered with the vision to “deliver a modern digital environment that supports CIPO’s efficient delivery of high quality IP products and services responsive to clients’ needs”. Specifically, the ITM Program aims to:

    1. Replace outdated, costly and inflexible legacy IT systems with more current, industry-proven, agile technologies -- and leveraging Government of Canada enterprise standards solutions (where defined);
    2. IT-enable the modernization of CIPO business processes to ensure the most efficient and effective use of CIPO resources in the processing, delivery and administration of CIPO's products and services supporting IP rights;
    3. Enhance access to and the value proposition of CIPO's IP products and services targeted to IP owners/innovators, partners and other key vested interest stakeholders; and
    4. Improve CIPO business processes and associated IT system design and development agility, with an aim to more proactively respond to changes and evolving needs in the IP regulatory environment and stakeholder community.

    How is CIPO IT Modernization Program being accomplished?

    In accordance with the proven Managing Successful Programs (MSP) approach for managing transformational change, the modernization of CIPO’s IT infrastructure will be achieved through a carefully scoped and executed sequence of IT projects over a 5-7 year time-frame, to ensure that CIPO is able to learn from and build upon early implementations. This “component-based” approach will ensure that continuous improvements in capabilities and efficiencies can be progressively realized as the portfolio of projects unfolds for maximum realization of benefits.

    A Program Management approach is being taken for CIPO IT Modernization wherein:

    • Individual projects are independently initiated, executed and closed in accordance with ISED’s Project Stage-Gate Framework and governance;
    • Multiple projects and activities are coordinated at the “portfolio level”, ensuring the on-going alignment of project activities to CIPO’s strategic objectives and to maintain appropriate oversight and management of collective project risks;
    • A governance structure composed of senior executive from CIPO and ISED provides independent oversight of the project management teams; and
    • A formal review through ISED’s Audit and Evaluation branch has been completed and the management action plan has been established. Yearly reviews are planned for all major IT Modernization projects in progress.
    1. OBJECTIVE

    CIPO’s initial requirement is to engage the UX Lead in support of CIPO’s Modernized IP Case and Workflow projects, key projects within CIPO’s ITM program. These projects are introducing a horizontal, enterprise case management and workflow capability – replacing a collection of custom-built case management solutions currently supporting individual CIPO lines of business. On delivery, the single IP Case and Workflow solution will automate the back-office business processes and activities for CIPO’s IP products. Over the duration of the contract, CIPO’s requirement may extend to provide UX Lead support to other, related ITM Program projects.

    1. SCOPE OF WORK

    4.1 Key Activities

    Currently CIPO’s Programs Branch has a requirement for a Level 3 Web Multi-media Content Consultant to provide Lead User Experience Design (“UX Lead”) services in support of CIPO’s ITM Program. The UX Lead will perform user experience design activities for ITM projects, initially on the IP Case and Workflow projects, with a focus on improving the quality of customer-product interactions (usability, ease of use, etc.) and enhancing customer satisfaction with the resulting ITM products.

    On specific project assignments, the UX Lead will be involved in 2 phases of activity:

    Phase I: The primary work of Phase 1 will be to lead discovery activities. The UX Lead will work directly with the ITM Project Manager, Business Analyst(s), and business stakeholders to understand the problem statements, the project objectives, the makeup of the end-user population and the ecosystem in which the project will exist (including CIPO organizational constraints and project interdependencies). In this first phase, the work of the UX Lead will answer the following questions:

    1. Who are we designing this for?
    2. Why they need help (pain points)?
    3. What are the actual end user needs?

    The ideal resource will combine curiosity, skepticism and humility with mixed methods user research and a set of principles and models that will provide experience design direction for the duration of the project. Methods used could include (but are not limited to) contextual inquiries, usability testing of current (legacy products), interviews, diary studies, persona workshops, journey mapping, experience mapping, service blueprinting, etc.

    Phase II: Having completed the discovery activities of Phase I, and continuing to work with the project delivery team and stakeholders, the primary work of Phase II will be to design and develop interactive prototypes, showing basic form and functionality used for usability testing, presentations and design. In addition, the UX Lead will continue to conduct user needs analysis and experiment with the prototype design and may also be required to contribute to delivering hi-fidelity interactive prototypes, including creating design assets (comps, graphics, animations etc.) and conduct ongoing usability testing sessions.

    Throughout the 2 phases of work, the UX Lead will work in close collaboration with User Interface Developers in ISED’s CIO Branch who will be responsible for the UI design (i.e. using the prototypes developed by the UX Lead to implement the final user interfaces for the project solution(s)).

    Organizationally, the UX Lead will report to the Manager, Business Analysis Centre of Expertise (BACoE) within CIPO Programs Branch. However, the UX Lead will be assigned to specific projects within the ITM Program during this contract.

    4.2 Tasks

    Throughout the contract period, the UX Lead will execute tasks including but not limited to:

    1. Analyze functional requirements to identify information, procedures and decision flows;
    2. Drive application (product) development from ideation, to research, sketching, validating, information architecture, interaction design, prototyping, usability testing and implementation;
    3. Design and conduct user needs analysis and experimental design;
    4. Research and validate problem definition;
    5. Define program service offering;
    6. Define the high level design of the product experience;
    7. Collaborate with stakeholders to combine multiple sources, including business requirements, customer needs, user research, and technology constraints into the design decisions;
    8. Develop sitemaps / flowcharts depicting intended navigation and basic content structure;
    9. Develop interactive prototypes (eg. clickable wireframes) showing basic form and functionality used for both usability testing and presentations;
    10. Develop hi-fidelity clickable prototypes as required by the development team;
    11. Conduct ongoing usability testing sessions to continuously validate the design with end-users;
    12. Create pattern libraries / component libraries / design systems for the project(s) as required;
    13. Present demos to stakeholders, business and technology teams when required; and
    14. Evangelize experience design benefits continually during the project and socialize end-user research findings with the rest of the team.
    1. DELIVERABLES

    Throughout the contract, The UX Lead will be responsible for completing the following deliverables in a timely and quality manner. All deliverables are subject to the review and approval of the Functional, Program and Project Authorities:

    1. A written status report on a weekly basis, documenting the progress of the work described above and including issues, risks and challenges which may affect overall schedule and planned tasks for the next reporting period.
    1. An initial delivery plan, documenting the work to be done through timelines, milestones, tasks and deliverables, and maintain it for monthly submission to his/her reporting and project manager.
    1. Approach, standards, methodologies, planning documents and other supporting documentation and deliverables needed to complete the Requirement, as specified by the Functional/Program/Project Authority.
    1. Project-specific deliverables related to the tasks identified in the section above, as specified by the Functional/Program/Project Authority, which might include but are not limited to:
      - Ecosystem Maps
      - Experience Maps
      - Personas
      - End-user Requirements
      - Storyboards/Scenarios
      - Design Patterns
      - Concept Maps
      - Workflows (User Flows/Screen Flows)
      - Wireframes
      - IA Documentation
      - Concept design
      - Prototypes
      - UX Specifications
      - Style Guides
      - Graphics Creation
      - Icon Creation
      - Usability Testing Plans
      - Usability Testing Reports
    1. A final evaluation and lessons learned report.
    1. Functional and technical knowledge transfer documentation, to the project team and client staff through individual and group training and demonstrations and written instructions and documents, on an ongoing basis throughout the life of the project with final knowledge transfer to be completed no later than one month prior to the contract end date.
    1. CONSTRAINTS

    The contractor must abide with the government policies and standards on security, sensitivity and protection of the environment, and conservation of information.

    Several Government wide initiatives might impact the Programs and portfolio of projects as well as Innovation, Science and Economic Development Canada departmental initiatives.

    1. CLIENT SUPPORT

    The contractor will be provided with all history and developed materials related to the ITM program/project(s).

    The contractor will be provided with the following:

    • A workstation
    • A computer or a laptop
    • UX/UI software which may include: Balsamiq, Axure, Sketch, Adobe Illustrator, Adobe Photoshop, Keynote/PowerPoint
    • Other office productivity software: MS Office, MS Project, Time Reporting System
    • Email account
    • A cell phone
    1. WORK LOCATION

    The contractor will carry out the majority of the work on CIPO premises located at 50 rue Victoria, Gatineau, Québec, during normal business hours. The expectation is that the UX Lead will be on site and accessible to CIPO staff during core hours (between 8 AM – 4 PM, Monday to Friday).

    Any offsite work must be pre-authorized by the CIPO project authority in writing. If offsite work is approved, no protected and/or classified information may be removed from CIPO premises.

    The consultant may be required to attend occasional meetings at Innovation, Science and Economic Development Canada’s head office located at 235 Queen Street in Ottawa, Ontario.

    1. OFFICIAL LANGUAGES

    All of the work can be conducted in English, it is to be noted that the Canadian Intellectual Property Office is a bilingual environment.

    1. TRAVEL

    There are no requirements to travel outside of the National Capital Region (NCR). Travel costs and travel time within the NCR will not be reimbursed.

    1. INTELLECTUAL PROPERTY

    Any foreground intellectual property arising as a result of the work will be Contractor owned.

    Security Requirement: PWGSC FILE # Common PS SRCL #4 applies Minimum Corporate Security Required: FSC - SECRET Minimum Resource Security Required: SECRET

    Contract Authority: Name: Stephanie Cleroux

    Phone Number: 343-291-1358

    Email Address: stephanie.cleroux2@canada.ca

    To facilitate the process, Innovation, Science and Economic Development Canada has chosen to attach a copy of the RFP to this NPP to allow those suppliers who were not formally invited to bid on this requirement to submit a proposal should they wish to do so. Only pre-qualified suppliers TBIPS SA Category B.2 Business Architect level 3 listed in Annex A below are eligible to submit a proposal on this requirement. (Suppliers listed in Annex A of this notice should hereby consider themselves invited to bid (there is no requirement for the suppliers listed in Annex A to further request to be added to the invited bidders list).

    Note: Any resulting Questions and Answers (Q&A) related to this RFP will be posted on GETS as they are issued. No Q&A will be emailed directly to any suppliers. This list will not be updated if additional suppliers request copies of the bid solicitation.

    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.

    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

    ANNEX A

    List of suppliers

    Only SA Holders listed below are eligible to submit a proposal in response to RFP # ISED 186532.

    The following 185 suppliers are eligible as they were listed as pre-qualified as per the search done on October 12th, 2017, based on the following search criteria:

    Professional Services: TBIPS Supply Arrangement

    Services Stream: 1. Application Services

    Number of Resources and Level of Effort: 1x A.16 Web Multi-Media Content Consultant - Senior (Level 3);

    Supplier Security Clearance: SECRET

    Document Safeguarding: None required

    Region/Metropolitan: NCR

    Estimated Requirement Dollar Value Range: Greater than NAFTA to $2 Million

    1019837 Ontario Inc.

    1092009 Ontario Inc.

    1728193 Ontario Inc

    2707209 Canada Inc. o/a Kleins Consulting

    3902641 Canada Inc

    4165047 Canada Inc.

    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE

    529040 ONTARIO INC and 880382 ONTARIO INC

    7792395 Canada Inc.

    A Hundred Answers Inc.

    Accenture Inc.

    Access Corporate Technologies Inc.

    Action Personnel of Ottawa-Hull Ltd

    Adecco Employment Services Limited/Services de placement Adecco Limited

    ADGA Group Consultants Inc.

    Adhartas Consulting Inc.

    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE

    ADIRONDACK INFORMATION MANAGEMENT INC., Valcom Consulting Group Inc., FlexEDGE Consulting Inc., IN JOINT VENTURE

    Adobe Systems Canada Inc.

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    Alika Internet Technologies Inc.

    Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture

    ALTRUISTIC INFORMATICS CONSULTING INC.

    AMITA Corporation

    Apption Corporation

    ARTEMP PERSONNEL SERVICES INC

    BBG Management Corporation

    Beyond Technologies Consulting Inc.

    BiR Consulting Inc.

    BMB Data Consulting Services Inc.

    Buchanan Technologies Ltd

    CAE Inc.

    Calian Ltd.

    CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE

    CGI Information Systems and Management Consultants Inc.

    CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE

    Cistel Technology Inc.

    CloseReach Ltd.

    CloseReach, FoxRed Consulting Inc., Bell, Browne, Molnar & Delicate Consulting Inc., IN JOINT VENTURE

    CM Inc.

    Cofomo Inc.

    Compusult Limited

    Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.

    Conoscenti Technologies Inc.

    Contract Community Inc.

    Coradix technology Consulting Ltd.

    CSI Consulting Inc.

    CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Dare Human Resources Corporation

    Deloitte Inc.

    DIYMONDE SOLUTIONS INC., HALLUX CONSULTING INC., IN JOINT VENTURE

    Donna Cona Inc.

    DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE

    Eagle Professional Resources Inc.

    Eclipsys Solutions Inc

    Emerion

    ENET4S SOFTWARE SOLUTIONS LTD

    Equasion Business Technologies Consulting Inc

    Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV

    Ernst & Young LLP

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    Evolving Web Inc.

    Excel Human Resources Inc.

    Facilité Informatique Canada Inc.

    Flex Tech Services Inc.

    Four Point Solutions Ltd.

    FreeBalance Inc.

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    GCSTRATEGIES INCORPORATED

    General Dynamics Information Technology Canada Ltd.

    General Dynamics Land Systems – Canada Corporation

    Groupe Alithya Inc / Alithya Group Inc

    Harrington Marketing Limited

    Helix Management Consulting Services Inc.

    HELM'S DEEP CONSULTING CORP., MESSA COMPUTING INC., THINKPOINT INC., IN JOINT VENTURE

    Holonics Inc.

    Hyperactive Productions Inc

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IAN MARTIN LIMITED

    IBISKA Telecom Inc.

    Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture

    IBM Canada Ltd.

    iFathom Corporation

    InfoMagnetics Technologies Corporation (IMT)

    Inround Innovations Incorporated, 3056058 Canada Inc., IN JOINT VENTURE

    IT/Net - Ottawa Inc.

    IT/NET OTTAWA INC, KPMG LLP, in joint venture

    iVedha Inc.

    Jumping Elephants Incorporated

    Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE

    Lannick Contract Solutions Inc.

    Lansdowne Technologies Inc.

    Le Groupe Conseil Bronson Consulting Group

    Leverage Technology Resources Inc.

    Leverage Technology Resources Inc., Farlane Systems Inc., IN JOINT VENTURE

    Lightning Tree Consulting, Burbek, and P.G. Rodier Consulting in Joint Venture

    LIKE 10 INC.

    LIKE 10 INC., SoftMosis Inc. IN JOINT VENTURE

    LNW Consulting Inc

    Logic 2000 Incorporated

    Lumina IT inc.

    MAKWA Resourcing Inc.

    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE

    Maplesoft Consulting Inc.

    MaxSys Staffing & 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.

    Mindwire Systems Ltd.

    Modis Canada Inc

    Myticas Consulting Inc.

    NATTIQ INC.

    New Technologies Inc.

    Newfound Recruiting Corporation

    Nisha Technologies Inc.

    Nisha Technologies Inc., Contract Community Inc., IN JOINT VENTURE

    Nortak Software Ltd.

    NRNS Incorporated

    Olav Consulting Corp

    ONIX Networking Canada Inc.

    OnX Enterprise Solutions Ltd.

    Orangutech Inc.

    Paralucent Inc

    Pentelar 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.

    Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE

    Proex Inc.

    Prologic Systems Ltd.

    Promaxis Systems Inc

    Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE

    Protak Consulting Group Inc.

    QMR Staffing Solutions Incorporated

    Quality Services International

    Quallium Corporation

    Randstad Interim Incorporated

    Real Decoy Inc.

    Robertson & Company Ltd.

    S.i. Systems Ltd.

    Shore Consulting Group Inc.

    Sierra Systems Group Inc.

    Solutions Moerae Inc

    Somos Consulting Group Ltd.

    Spearhead Management Canada Ltd.

    Spectra FX Inc.

    SRA Staffing Solutions Ltd.

    Sundiata Warren Group Inc.

    Symbiotic Group Inc.

    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.

    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC

    Systemscope Inc.

    T.E.S. Contract Services INC.

    TAG HR The Associates Group Inc.

    Talentlab Inc.

    Teambuilder Consulting Inc.

    TECSIS Corporation

    TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.

    TELUS Communications Inc.

    TeraMach Technologies Inc.

    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada

    The Halifax Group Inc.

    The KTL Group, Inc.

    THE SOURCE STAFFING SOLUTIONS INC.

    The VCAN Group Inc.

    Thinking Big Information Technology Inc.

    TPG Technology Consulting Ltd.

    Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture

    TRM Technologies Inc.

    TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., IN JOINT VENTURE

    Tundra Technical Solutions Inc

    Turtle Island Staffing Inc.

    Turtle Technologies Inc.

    Unisys Canada Inc.

    Valcom Consulting group Inc.

    Veritaaq Technology House Inc.

    Watershed Information Technology Inc., ED-COM Software Inc. and IDEV Solutions Inc. as a contractual Joint Venture

    Zernam Enterprise Inc

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Industry Canada
    Contracting authority
    Cleroux, Stephanie
    Phone
    343-291-1358
    Email
    stephanie.cleroux@ic.gc.ca
    Address
    235 Queen street
    Ottawa, ON, K1A 0H5
    CA

    Buying organization(s)

    Organization
    Industry 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
    002
    English
    17
    English
    12
    French
    1
    002
    French
    3
    001
    English
    24
    English
    19
    001
    French
    5
    French
    1
    000
    English
    82
    000
    French
    9

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

    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)
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: