Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, April 19, 10:00 am until 1:00 pm (EDT)

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

EC IT Professional Services - TBIPS

Solicitation number 05005-150334/A

Publication date

Closing date and time 2016/07/05 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Notice of Proposed Procurement (NPP)
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    Solicitation Number:  05005-150334/A
    Contracting Authority: Angela Durigan
    Organization name: PWGSC/STAMS
    Phone Number:  873-469-4990
    Fax Number:   819-956-5925
    E-Mail:   angela.durigan@tpsgc-pwgsc.gc.ca
    
    This requirement is for: Elections Canada 
    
    Only TBIPS SA Holders currently holding a TBIPS SA for Tier 2, in one or all the Workstreams and in the National Capital Region under the EN578-055605 series of SAs are eligible to compete. The TBIPS SA EN578-055605 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation.
    
    
    Description of the requirement:
    
    Elections Canada has a requirement for Informatics Professional Services in the following Workstreams and categories of personnel to support the ongoing development related to the Blueprint 2020 projects and interfaces (applications and data repositories); activities related to installation and deployment; maintenance of all current legacy applications; and ongoing support:
    
    
    WORKSTREAM 1 - Business Services
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    Tester                               Level 2                          1
    Business Analyst              Level 2                          2
    Technical Writer                Level 2                          2
    Business System Analyst  Level 2                          2
    Project Scheduler              Level 2                          1
    QA Specialist / Analyst      Level 2                          1
    Project Coordinator            Level 2                          1
    Project Manager                Level 2                          1
    Tester                               Level 3                          1
    Business Analyst               Level 3                         2
    Technical Writer                 Level 3        1
    Business System Analyst  Level 3                          1
    Project Scheduler              Level 3                          1
    QA Specialist / Analyst Level 3                               1
    Project Coordinator               Level 3              1
    Project Manager               Level 3                           2 
    
    WORKSTREAM 2 - Web Application Services 
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    Tester                             Level 2                         2
    Web Developer               Level 2                              1
    Programmer / Analyst -        Level 2                         2
    .NET 
    System Analyst               Level 2                             1
    Technical Architect               Level 2    1
    Technology Architect Level 2                                     1
    System Administrator Level 2                                    1
    Application/Software            Level 2                           1
    Architect 
    TesterLevel 3            1
    Web Developer               Level  3                               1
    Programmer / Analyst -        Level 3                           3
    .NET 
    System Analyst       Level 3       1
    Technical Architect  Level 3                           1
    Technology Architect Level 3                                      1
    System Administrator Level 3                                     1
    Application/Software            Level 3                            2
    Architect 
    
    WORKSTREAM 3 - Legacy Application Services
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    Tester                             Level 2                            1
    Programmer / Analyst -        Level 2           3
    .NET 
    Programmer / Analyst -        Level 2       1
    Java 
    Programmer / Analyst -        Level 2                           1
    PL/SQL 
    Project Leader               Level 2                             1
    Tester Level 33
    Programmer / Analyst -       Level 3              2
    .NET  
    Programmer / Analyst -       Level3                             1
    Java 
    Programmer / Analyst -       Level 3             3
    PL/SQL 
    Programmer / Analyst -       Level 3                           4
    PowerBuilder 
    Project Leader               Level 3                    1
    
    WORKSTREAM4 - IT Service Delivery Services
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    Programmer / Analyst -        Level 2                        2
    SCCM 
    Business Analyst               Level 2                           1
    Technology Architect -         Level 2    1
    SCCM 
    System Administrator -        Level 2                          1
    SCCM
    Operations Support              Level 2         7 
    Specialist 
    Business System Analyst Level 3                1
    Help Desk Specialist Level 3                             2
    Operations Support              Level 3     5 
    Specialist 
    
    WORKSTREAM 5 - IT Security Services
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    IT Security VA Specialist Level2                             1
    Incident Management           Level 2            1
    Specialist 
    Computer Forensics             Level 21
    Specialist 
    IT Security Engineer Level 2 1
    IT Security Design           Level 2                         1
    Specialist 
    PIA Specialist               Level 2 1
    IT Security TRA and             Level 2                         1 
    C&A Analyst 
    IT Security VA Specialist Level 3                              1
    IT Security Engineer Level 3      1
    PIA Specialist               Level 3                                2
    IT Security TRA and             Level 3         2 
    C&A Analyst 
    
    WORKSTREAM 6 - Architecture Services
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    Technical Architect  Level 2                                       2
    Technology Architect Level 2     1
    IM Architect               Level 2            1
    Risk Management Specialist Level 2        1
    Enterprise Architect Level 2         1
    Application/Software  Level 2                           3
    Architect 
    Technical Architect               Level 3                          3
    Technology Architect Level 3                  3
    IM Architect         Level 3      2
    Risk Management                Level 3                           1
    Specialist 
    Enterprise Architect Level3                                        2
    Application/Software             Level 3                      3
    Architect 
    
    WORKSTREAM 7 - ITOPS Delivery Services
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    SystemAdministrators -       Level 2                          3
    Windows 
    System Administrators -       Level 2         1
    Linux/Storage Administrator 
    System Administrators -       Level 2                           1
    Firewall 
    Network Analyst               Level 3                               2
    System Administrators -       Level 3 1
    Windows 
    System Administrators -      Level 3                           1
    Linux/Storage Administrator 
    
    WORKSTREAM 8 - Database Services
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    Database Administrator Level2            2
    Database Analyst /              Level 2                            1 
    IM Administrator 
    Database Modeller /             Level 2                            1 
    IM Modeller 
    Database Administrator Level 3            1
    Database Modeller / 
    IM Modeller               Level 3                                       2
    Application/Software 
    Architect                    Level 3                       1
    
    The Contractor will provide the services on an “as and when requested” basis. All requirements will be authorized through Task Authorizations issued in accordance with the Contract.
    
    Anticipated Start Date:
    
    2016-08-15
    
    Security Requirement:
    
    Company Minimum Security Level Required: Designated Organization Screening (DOS)
    Resource Minimum Security Level Required: Reliability Status
    
    Number and proposed period of contract(s):
    
    Itis intended to result in the awardof up to the following number of contracts listed below in each of eight (8) Workstreams, with each contract purchasing Work from only one Workstream. Each contract will be for three years plus two one-year irrevocableoptions allowing Canada to extend the term of the contract.
      
    Workstream 1 - up to two contracts may be awarded;
    Workstream 2 - up to two contracts may be awarded;
    Workstream 3 - up to one contract may be awarded;
    Workstream 4 - up to one contractmay be awarded;
    Workstream 5 - up to two contracts may be awarded;
    Workstream 6 - up to two contracts may be awarded;
    Workstream 7 - up to one contractmay be awarded; and
    Workstream 8 - up to one contract may be awarded.
    
    Incumbents:
    
    Vendor name:  IBM Canada Ltd.
    Contract Value:$56,763,814.04
    
    Vendor name:  S.i. Systems Ltd.
    Contract Value: $965,741.71
    
    Vendor name:  CGI Information Systems and Management
    Contract Value: $363,195.68
    
    Vendor name:  Modis Canada Inc.
    Contract Value: $362,985.27
    
    Vendor name:  VeritaaqTechnology House Inc.
    Contract Value: $361,711.35
    
    Vendor name:  Turtle Technologies Inc.
    Contract Value: $1,999,999.32
    
    Vendor name:  Turtle Technologies Inc.
    Contract Value: $1,529,167.50
    
    Vendor name:  Maplesoft Consulting Inc.
    Contract Value: $586,821.71
    
    Vendor name:  Coradix Technology Consulting Inc.
    Contract Value: $689,850.01
    
    Vendor name:  Excel Human Resources Inc.
    Contract Value: $333,266.54
    
    Vendor name:  S.i. Systems Ltd.
    Contract Value: $131,993.40
    
    Vendor name:  Coradix Technology Consulting Inc.
    Contract Value: $63,236.25
    
    Inquiries:
    
    Inquiries regarding this RFP requirement must be submitted to the PWGSC Procurement Authority above.  
    
    IMPORTANT NOTICE TO BIDDERS:
    
    1.This solicitation document is available in PDF format only. 
    
    2. Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on an annual basis.  If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.-NCRIMOS@pwgsc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    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
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Durigan, Angela
    Phone
    (819) 956-5879 ( )
    Address
    4C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Office of the Chief Electoral Officer
    Address
    30 Victoria Street
    Gatineau, Quebec, K1A 0M6
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    015 EN 35
    015 FR 1
    014 EN 37
    014 FR 0
    013 EN 35
    013 FR 0
    012 EN 30
    012 FR 1
    011 EN 33
    011 FR 1
    010 EN 33
    010 FR 1
    009 EN 34
    009 FR 1
    008 EN 34
    008 FR 0
    007 EN 34
    007 FR 1
    006 EN 39
    006 FR 2
    005 EN 46
    005 FR 2
    004 EN 40
    004 FR 1
    003 EN 50
    003 FR 0
    002 EN 44
    002 FR 0
    001 EN 63
    001 FR 3
    000 EN 208
    000 FR 16

    Access the Getting started page for details on how to bid, and more.

    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)
    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: