SBIPS SA 11. Systems Integration

Solicitation number P2300333

Publication date

Closing date and time 2023/03/20 10:00 EDT

Last amendment date


    Description

    SBIPS SA 11. Systems Integration

    This requirement is for: Women and Gender Equality Canada

    The intent is to issue a competitive contract.

    The following Suppliers have been invited to submit a proposal.

    1. 2328713 ONTARIO INC., QA CONSULTANTS INC., in joint venture
    2. 2Keys Corporation
    3. A Hundred Answers Inc.
    4. Accenture Inc.
    5. Adastra Corporation
    6. ADGA Group Consultants Inc.
    7. Adhartas Consulting Inc.
    8. Avanade Canada Inc.
    9. CACHE COMPUTER CONSULTING CORP., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., in Joint Venture
    10. CAE Inc.
    11. Calian Ltd.
    12. Canada Workday ULC
    13. CDW Canada Inc.
    14. CGI Information Systems and Management Consultants Inc.
    15. CIMA+ S.E.N.C.
    16. Cistel Technology Inc.
    17. CloseReach Ltd.
    18. Cloud SynApps Inc.
    19. Cofomo Ottawa
    20. Compusult Limited
    21. COMPUTACENTER TERAMACH INC.
    22. Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    23. Coradix technology Consulting Ltd.
    24. Cord3 Innovation Inc.
    25. CORE Software Corp
    26. CVL INFORMATION SOLUTIONS INC.
    27. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    28. Deloitte Inc.
    29. DLS Technology Corporation
    30. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    31. Eclipsys Solutions Inc
    32. Ernst & Young LLP
    33. ESI Technologies de l'information Inc.
    34. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie
    35. Evolving Web Inc.
    36. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    37. GCSTRATEGIES INCORPORATED
    38. General Dynamics Canada Limited
    39. I.M.P. Group Limited
    40. I4C INFORMATION TECHNOLOGY CONSULTING INC
    41. IBM Canada Limited/IBM Canada Limitée
    42. iFathom Corporation
    43. Infosys Public Services Inc
    44. Integra Networks Corporation
    45. IPSS INC.
    46. IPSS Inc., Lloyd-Werring Enterprises Inc. IN A JOINT VENTURE
    47. IT/Net - Ottawa Inc.
    48. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    49. Kainos Software Limited
    50. KPMG LLP
    51. Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    52. LNW Consulting Inc
    53. Lumina IT inc.
    54. Maplesoft Consulting Inc.
    55. Mariner Partners Inc
    56. MERAK Systems Corporation
    57. Mindwire Systems Ltd.
    58. Modis Canada Inc
    59. Norconex Inc.
    60. Nortak Software Ltd.
    61. Open Text Corporation
    62. OpenFrame Technologies, Inc.
    63. Pricewaterhouse Coopers LLP
    64. QA CONSULTANTS INC.
    65. Raymond Chabot Grant Thornton Consulting Inc.
    66. Real Decoy Inc.
    67. SAS Institute (Canada) Inc.
    68. Sierra Systems Group Inc.
    69. Simeio Solutions Canada
    70. Solutions Moerae Inc
    71. Spiria Digital Inc.
    72. SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    73. Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
    74. TELUS Communications Company
    75. Thales Canada Inc.
    76. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    77. The KTL Group, Inc.
    78. TPG Technology Consulting Ltd.,Amita Corporation,RANDSTAD INTERIM INC.,The Devon Group Ltd,Nortak Software Ltd.,TRM Technologies Inc,Wilcom Systems Ltd JOINT Venture
    79. TRM Technologies Inc.
    80. Unisys Canada Inc.
    81. Veritaaq Technology House Inc.
    82. Wipro Solutions Canada Ltd.

    Description of the Requirement:
    Women and Gender Equality Canada (WAGE) will be moving to a new grants and contributions management system in the next few years. The department recently underwent a requirement analysis to map out the departmental needs, processes and issues as well as inform the department of the technical limitations of the Treasury Board Secretariat approved solution, Power Platform. Following this initial analysis, WAGE now requires an IIBA certified Platform Analyst to (1) elicit, validate, prioritize and manage the functional, informational and non-functional requirements of the solution, (2) model the AS-IS and TO-BE processes to meet all requirements in accordance with BPMN standard, (3) develop test cases to validate TO-BE processes, and all functional, informational and non-functional requirements.

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Reliability

    Canadian Content:

    The requirement is limited to Canadian goods and services.

    Applicable Trade Agreements:

    • Canadian Free Trade Agreement (CFTA)

    Proposed period of contract:

    The proposed period of contract shall be upon contract award to June 30, 2024.

    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 Identified Suppliers who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.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.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Women and Gender Equality Canada
    Address
    P.O. Box 8097, Station T CSC
    Ottawa, Ontario, K1G 3H6
    Canada
    Contracting authority
    Anne-Marie Boucher
    Phone
    819-360-0110
    Email
    FEGC.Contrats-Contracts.WAGE@fegc-wage.gc.ca
    Address
    P.O. Box 8097, Station T CSC
    Ottawa, ON, K1G 3H6
    CA

    Buying organization(s)

    Organization
    Women and Gender Equality Canada
    Address
    P.O. Box 8097, Station T CSC
    Ottawa, Ontario, K1G 3H6
    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
    Canada
    Procurement method
    Competitive - Limited 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: