SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

TBIPS-SA: P.2 Enterprise Architect; B.3 Business Consultant; I.11 Technology Architect

Solicitation number R000048514

Publication date

Closing date and time 2019/09/20 15:00 EDT

Last amendment date


    Description

    Reference Number:

    R000048514

    Solicitation Number:

    R000048514

    Organization Name:

    Shared Services Canada – Service Delivery and Management

    Solicitation Date:

    2019-08-29

    Closing Date:

    2019-09-20 02:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date:

    2019-10-01

    Estimated Delivery Date:

    2020-09-30

    Estimate Level of Effort: 

     20 days per resource, monthly

    Contract Duration:

    The contract period will be for one (1) year from the date of contract with irrevocable options to extend it for up to three (3) additional 12-month periods

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    One (1) contract

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TBIPS EN578-170432 Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:

    · P.2 Enterprise Architect – Level 3

    · B.3 Business Consultant – Level 3

    · I.11 Technology Architect – Level 3

    · I.11 Technology Architect – Level 2

    · I.11 Technology Architect – Level 1

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

    1. 4165047 Canada Inc.
    2. ADGA Group Consultants Inc.
    3. ADRM Technology Consulting Group Corp.
    4. BDO Canada LLP
    5. Cache Computer Consulting Corp.
    6. Cistel Technology Inc.
    7. CM Inc.
    8. Conoscenti Technologies Inc.
    9. Contract Community Inc.
    10. CSI Consulting Inc.
    11. Deloitte Inc.
    12. Dolomite Networks Corporation
    13. EMINENT SYSTEMS INC.
    14. Emtec Infrastructure Services Canada Corporation
    15. Ernst & Young LLP
    16. eVision Inc., SoftSim Technologies Inc. in Joint Venture
    17. Excel Human Resources Inc.
    18. IBISKA Telecom Inc.
    19. Icegate Solutions Inc., Knowtech Solutions Inc, AMK Networking Technologies Inc, in JOINT VENTURE
    20. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    21. Leo-Pisces Services Group Inc.
    22. Les Enterprises Norleaf Networks Inc.
    23. Maplesoft Consulting Inc.
    24. Maverin Inc.
    25. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    26. Michael Wager Consulting Inc.
    27. NavPoint Consulting Group Inc.
    28. Newfound Recruiting Corporation
    29. Olav Consulting Corp
    30. PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    31. Pricewaterhouse Coopers LLP
    32. Procom Consultants Group Ltd.
    33. Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE
    34. Protak Consulting Group Inc.
    35. S.I. SYSTEMS ULC
    36. Softchoice Corporation
    37. Solutions Moerae Inc
    38. Spectra FX Inc.
    39. SRA Staffing Solutions Ltd.
    40. TAG HR The Associates Group Inc.
    41. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    42. The Barrington Consulting Group Inc.
    43. The VCAN Group Inc.
    44. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    45. Tundra Technical Solutions Inc
    46. Veritaaq Technology House Inc.
    47. Zernam Enterprise Inc

    Description of Work:

    The purpose of this requirement is to hire professional services for the implementation of the Commercial off-the-shelf software (COTS) software called Broadcom’s Clarity PPM.

    The contractor shall perform the following tasks which are grouped into four categories and are all related to the support, maintenance, enhancements and communication of Clarity PPM at SSC on an “as and when required” basis:

    i) Support and maintenance of Broadcom Clarity PPM

    ii) Modifications to configuration of Broadcom Clarity PPM modules/functionality already in use

    iii) Configuration of new modules/functionality of Clarity PPM

    iv) Planning and communication of Broadcom Clarity PPM

     Bidders must submit one (1) resource per category, five (5) resources in total.

    Security Requirement:

    Minimum Corporate Security Required: None

    Minimum Resource Security Required: None

    Contract Authority

    Name: Sasha Cesaratto

    Phone Number: 613-291-4579

    Email Address: sasha.cesaratto@canada.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.

    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

    Refer to the description above for full details.

    Trade agreements

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

    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
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    Cesaratto, Sasha
    Phone
    613-291-4579
    Email
    Sasha.Cesaratto@ssc-spc.gc.ca
    Address
    180 rue Kent
    Ottawa, ON,
    CA

    Buying organization(s)

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    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
    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: