Shared Services Canada –TBIPS – Tier 2 – Service Management

Solicitation number R000121242

Publication date

Closing date and time 2023/01/26 14:00 EST

Last amendment date


    Description

    Shared Services Canada – Task-Based and Informatics Professional Services (TBIPS) – Tier 2 - Service Management.

    This requirement is open only to those TBIPS EN578-170432 Supply Arrangement Holders who qualified under Tier 2 for services in the National Capital Region for the following categories:

    1 x A.7 Programmer/Analyst - Level 2

    1 x A.7 Programmer/Analyst - Level 3

    1 x A.8 System Analyst - Level 3

    2 x A.11 Tester - Level 2

    2 x A.11 Tester - Level 3

    1 x A.14 WEB Developer - Level 3

    2 x B.1 Business Analyst - Level 2

    3 x B.1 Business Analyst - Level 3

    1 x B.3 Business Consultant - Level 2

    1 x B.3 Business Consultant - Level 3

    1 x B.7 Business Transformation Architect - Level 3

    1 x B.9 Courseware Developer - Level 2

    1 x B.9 Courseware Developer - Level 3

    1 x B.14 Technical Writer - Level 3

    1 x I.1 Data Conversion Specialist - Level 2

    1 x I.1 Data Conversion Specialist - Level 3

    1 x I.10 Technical Architect - Level 3

    1 x P.1 Change Management Consultant - Level 2

    1 x P.1 Change Management Consultant - Level 3

    1 x P.11 Quality Assurance Specialist/Analyst - Level 2

    1 x P.11 Quality Assurance Specialist/Analyst - Level 3

    SSC intends to award three (3) contract (s) each for two (2) years, plus three (3) one-year options. SSC estimates 220 days per resource per category per each year.

    THERE IS NO INCUMBENT.

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

    1511995 Ontario Inc., Tundra Technical Solutions in Joint Venture

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

    529040 ONTARIO INC and 880382 ONTARIO INC

    Accenture Inc.

    ADGA Group Consultants Inc.

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

    Adobe Systems Canada Inc.

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    Aerotek ULC

    ALITHYA CANADA INC

    Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV

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

    Axons Canada Inc., Levio Conseils Inc., IN JOINT VENTURE

    BBG Management Corporation

    Benchmark Corp

    Beyond Technologies Consulting Inc.

    BMB Data Consulting Services Inc.

    Cache Computer Consulting Corp.

    CACHE COMPUTER CONSULTING CORP., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., in Joint Venture

    Calian Ltd.

    CGI Information Systems and Management Consultants Inc.

    CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE

    Cistel Technology Inc.

    CloseReach Ltd.

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

    Cofomo Ottawa

    Coradix technology Consulting Ltd.

    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.

    Donna Cona Inc.

    DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE

    Eagle Professional Resources Inc.

    Ernst & Young LLP

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    Excel Human Resources Inc.

    FreeBalance Inc.

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

    GSI International Consulting 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 Limited/IBM Canada Limitée

    iFathom Corp, Simfront Simulation System Corporation, ING Engineering Inc., in JV

    iFathom Corporation

    Infosys Public Services Inc

    IPSS INC.

    IT/Net - Ottawa Inc.

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

    iVedha Inc.

    Le Groupe Conseil Bronson Consulting Group

    Levio Conseils Inc.

    Lumina IT inc.

    MAKWA Resourcing Inc.

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

    Maplesoft Consulting Inc.

    Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture

    Maverin Inc.

    MGIS Inc.

    Michael Wager Consulting Inc.

    Mindwire Systems Ltd.

    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture

    MNP LLP

    MNP LLP, NORTAK SOFTWARE LTD., in Joint Venture

    Modis Canada Inc

    Myticas Consulting Inc.

    NavPoint Consulting Group Inc.

    Newfound Recruiting Corporation

    Nisha Technologies Inc.

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

    NRNS Incorporated

    Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture

    ONIX Networking Canada Inc.

    Orangutech Inc.

    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

    Protak Consulting Group Inc.

    Quarry Consulting Inc.

    Randstad Interim Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Robertson & Company Ltd.

    S.I. SYSTEMS ULC

    Samson & Associés CPA/Consultation Inc

    SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture

    Shore Consulting Group Inc.

    Sierra Systems Group Inc.

    Solutions Moerae Inc

    Sourced Group Inc.

    Sundiata Warren Group Inc.

    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC

    T.E.S. Contract Services INC.

    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture

    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    TELUS Communications Inc.

    The AIM Group Inc.

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

    The Halifax Computer Consulting Group Inc.

    The KTL Group, Inc.

    The VCAN Group Inc.

    Thinking Big Information Technology Inc.

    TPG Technology Consulting Ltd.

    TRM Technologies Inc.

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

    Turtle Technologies Inc.

    Unisys Canada Inc.

    Valcom Consulting group Inc.

    Veritaaq Technology House Inc.

    WorldReach Software Corporation

    Yoush Inc.

    Zernam Enterprise Inc

    Security Requirement:

    Minimum Corporate Security Required: Facility Security Clearance

    Contract Authority

    Name: Mark Milloy

    Phone Number: 613-462-9417

    Email Address: mark.milloy@ssc-spc.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: 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)
    • 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)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • 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
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    Milloy, Mark
    Phone
    613-462-9417
    Email
    mark.milloy@ssc-spc.gc.ca
    Address
    400 Cooper St
    Ottawa, ON, K2P 2H8
    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: