Task and solutions professional services – 2.3 Business Consultants and 2.8 Business Architects and 3.3 Project Leader Consultants - Level 2

Solicitation number 1000244596

Publication date

Closing date and time 2022/12/05 14:00 EST

Last amendment date


    Description

    Task and solutions professional services – 2.3 Business Consultants and 2.8 Business Architects and 3.3 Project Leader Consultants - Level 2 (Intermediate)

    This requirement is for: Health Canada – TSPS RFP 1000244596

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following categories:

    Stream 2: Business Consulting/Change Management Stream

    2.3 Business Consultant, Level 2

    2.8 Business Architect, Level 2

    Stream 3: Project Management Services Stream

    3.3 Project Leader/Executive, Level 2

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

    1. CGI Information Systems and Management Consultants Inc
    2. COMPUTACENTER TERAMACH INC
    3. Deloitte Inc
    4. Fast Track Staffing, 49 Solutions in Joint Venture
    5. iFathom Corporation
    6. Maplesoft Consulting Inc.
    7. Nisha Technologies Inc.
    8. Optimus SBR Inc.
    9. Otus Strategic Financial Business Planning Group
    10. Pricewaterhourse Coopers LLP
    11. Radstad Interim Inc.
    12. Sierra Systems Group Inc.
    13. TECSIS Corporation, Les Enterprises Norleaf Network Inc. in Joint Ventre
    14. The Halifax Computer Consulting Group Inc.
    15. The Right Door Consulting & Solutions Incorporated

    Description of the Requirement:

    Health Canada, Health Products and Food Branch (HPFB) has a requirement for up to two (2) TSPS Level 2 Business Consultants, up to two (2) Level 2 Business Architects and one (1) Project Leader with a specialization in pharmacovigilance and materiovigilance projects to support projects on an as and when needed basis.

    Level of Security Requirement:

    Common Professional Services Security Requirement #6

    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The contractor/offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction
    4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC
    5. The contractor/offeror must comply with the provisions of the:
      1. Security Requirements Check List and security guide (if applicable), attached at Annex C.
      2. Contract Security Manual (latest edition)

    Proposed period of contract/Time frame of delivery:

    The proposed period of contract shall be from Date of Contract Award to three years.

    Estimated Level of Effort:

    The estimated level of effort for all resources under category 2.3 Business Consultants is 1000 days, 2.8 Business Architect 1100 days and Project Leader 400 days.

    Estimated Quantity of Commodity: Tier 1 – TSPS – up to 3.75M

    File Number: 1000244596

    Contracting Authority: Yvonne Murphy

    E-Mail: yvonne.murphy@hc-sc.gc.ca

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. 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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • 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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Murphy, Yvonne
    Phone
    343.543.1965
    Email
    yvonne.murphy@hc-sc.gc.ca
    Address
    200 Eglantine Driveway, Tunney's PastureOttawa ONK1A 0K9CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    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 - Limited Tendering

    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: