SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Usability Testing for Digital Service

Solicitation number 100014883A

Publication date

Closing date and time 2022/06/17 14:00 EDT


    Description

    Reference Number:

    100014883A

    Solicitation Number:

    100014883A

    Organization Name:

    Employment and Social Development Canada (ESDC) – Service Canada

    Solicitation Date:

    2022-05-09

    Closing Date:

    2022-06-17 02:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date:

    2022-07-01

    Estimate Level of Effort: 

    The level of effort will be indicated in each task authorization

    Contract Duration:

    The contract period will be from July 01, 2022 to March 31, 2025, followed by eight 12-month option periods

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA,Canada-Chile Free Trade Agreement (CCFTA), Canadian Free Trade Agreement (CFTA), Canada-Peru Free Trade Agreement (CPFTA), Canada-Columbia Free Trade Agreement (CColFTA), Canada-Panama Free Trade Agreement (CPanFTA), Canada-Honduras Free Trade Agreement, Canada–Ukraine Free Trade Agreement, Canada-Korea Free Trade Agreement, Comprehensive Economic and Trade Agreement

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    1

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the Domain of expertise - Business Transformation

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

    1. 4Plan Consulting Corp.
    2. A Hundred Answers Inc.
    3. Accenture Inc.
    4. ADGA Group Consultants Inc.
    5. Adobe Systems Canada Inc.
    6. BDO Canada LLP
    7. Bits In Glass Inc.
    8. BP & M Government IM & IT Consulting Inc.
    9. Cache Computer Consulting Corp.
    10. CACHE COMPUTER CONSULTING CORP., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., in Joint Venture
    11. CAE Inc.
    12. Calian Ltd.
    13. CGI Information Systems and Management Consultants Inc.
    14. CIMA+ S.E.N.C.
    15. Cistel Technology Inc.
    16. Cofomo Ottawa
    17. Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    18. Coradix technology Consulting Ltd.
    19. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    20. Deloitte Inc.
    21. Donna Cona Inc.
    22. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    23. Eclipsys Solutions Inc
    24. Ernst & Young LLP
    25. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    26. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    27. Gartner Canada Co.
    28. I.M.P. Group Limited
    29. IBISKA Telecom Inc.
    30. IBM Canada Limited/IBM Canada Limitée
    31. iFathom Corporation
    32. Infosys Public Services Inc
    33. IT/Net - Ottawa Inc.
    34. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    35. KPMG LLP
    36. Le Groupe Conseil Bronson Consulting Group
    37. McKinsey & Company Canada
    38. MNP LLP
    39. Modis Canada Inc
    40. Nortak Software Ltd.
    41. Open Text Corporation
    42. Pricewaterhouse Coopers LLP
    43. QMR Staffing Solutions Incorporated
    44. Raymond Chabot Grant Thornton Consulting Inc.
    45. Sierra Systems Group Inc.
    46. SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    47. Systemscope Inc.
    48. TELUS Communications Company
    49. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    50. The Print Operations Group Inc
    51. Unisys Canada Inc.

    Description of Work:

    There is a need to assess the effectiveness and efficiency with which the Government of Canada (GC) is delivering information and services to Canadians and how well it is engaging Web users online.

    This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the Domain of expertise - Business Transformation.

    The overall objective of this requirement is to engage a Supplier to carry out usability testing and heuristic evaluations of live web interface designs, including journey mapping and working digital prototypes to be tested, and to report the relevant findings and recommendations to the Technical Authority.

    This requirement will include four types of usability testing services for which Task Authorizations will be raised.

    A. Moderated Usability Testing

    B. Ad hoc Moderated Usability Testing

    C. Journey Mapping and Digital Prototyping

    D. Unmoderated UX Testing

    Security Requirement: Common PS SRCL #02 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Reliability

    Contract Authority

    Name: Shanshan Gai

    Email Address: NC-SOLICITATIONS-GD@hrsdc-rhdcc.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.

    NOTE:  Solutions‐Based Informatics Professional Services (SBIPS) 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
    Employment and Social Development Canada
    Address
    142 Prom. du Portage
    Gatineau, Quebec, J8X 2K3
    Canada
    Contracting authority
    Gai, Shanshan
    Phone
    343-541-7089
    Email
    shanshan.gai@hrsdc-rhdcc.gc.ca
    Address
    140 Promenade du Portage
    Gatineau, QC, J8X 4B6
    CA

    Buying organization(s)

    Organization
    Employment and Social Development Canada
    Address
    142 Prom. du Portage
    Gatineau, Quebec, J8X 2K3
    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: