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) 

Informatics Professional Serv DSB

Solicitation number E60ZR-211390/A

Publication date

Closing date and time 2022/04/21 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Notice of Proposed Procurement (NPP) for Task Based Informatics Professional Services (TBIPS) E60ZR-211390/A
    
    Only TBIPS SA Holders holding a TBIPS SA for Tier 2 at the time of bid closing, in all required resource categories of a given Workstream in this solicitation and in the National Capital Region (NCR)  under the EN578-170432 series of SAs are eligible to compete. The TBIPS SA EN578-170432 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.  
    Should you require more information on how to become a qualified TBIPS Supply Arrangement Holder, please contact the Manager of the Informatics Method of Supply (IMOS) at: rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca
    
    Requirement
    This bid solicitation is being issued to satisfy the requirement of Public Works and Government Services Canada (the "Client") for Task-Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. This requirement is for the provision of Informatics professional services to assist the Digital Projects Oversight and Delivery (DPOD) with its requirement to support the Digital Services Branch (DSB) in maintaining its leadership and oversight function in the areas of strategic planning, service delivery, service delivery frameworks, processes and reporting mechanisms as they are related to:
    - The management and delivery of IM/IT services;
    - Partnerships between the Digital Services Branch and partner branches;
    - A single point of contact for IM/IT planning, service delivery and management of related issues;
    - Project Management; and
    - Partner engagement.
    These service will be required on an "as and when requested" basis, as initiated through Task Authorizations. 
    
    The Resource Categories described below are required on an as and when requested basis:
    
    RESOURCE CATEGORY - LEVEL OF EXPERTISE - ESTIMATED NUMBER OF RESOURCES REQUIRED
    
    WORKSTREAM 1 - WEB DEVELOPMENT
    A1 Application/Software Architect - 2 - 1
    A1 Application/Software Architect - 3 -2 
    A6 Programmer/Software Developer - 2 - 2
    A7 Programmer/Analyst - 2 - 1
    A8 System Analyst - 2  - 1
    A11 Tester - 2 - 2
    A11 Tester - 3 - 1
    A14 Web Developer - 2 - 2
    B1 Business Analyst - 2 - 1
    B14 Technical Writer - 3 - 1
    I2 Database Administrator - 3 - 1
    I3 Database Analyst / IM Administrator - 3 - 2
    P10 Project Scheduler - 3 - 3
    
    WORKSTREAM 2 - SRATEGIC DEVELOPMENT
    B1 Business Analyst - 3 - 2
    B7 Business Transformation Architect - 3 - 2
    B14 Technical Writer - 3 - 1
    I11 Technology Architect - 2 - 2
    I11 Technology Architect - 3 - 4
    P5 Project Executive - 3 - 2
    P7 Project Coordinator - 3 - 2
    P9 Project Manager - 3 - 2
    P12 Risk Management Specialist - 2 - 1
    
    It is intended to result in the award of up to 2 contracts in each of 2 Workstreams, with each contract purchasing Work from only one Workstream. Each contract will be for 3 years plus 2 one-year irrevocable options allowing Canada to extend the term of the contract. 
    Bidders do not have to submit a bid for each Workstream. In the event that a Bidder wants to bid on more than one Workstream, a separate technical bid should be submitted for each Workstream if the Bidder chooses to submit its bid in hard copies.  
    
    Current Incumbents
    
    Vendor name: Maplesoft
    Contract End Date:  31-Dec-2020
    Contract Value (including applicable taxes): $26,062,265.36
    Vendor name: Teksystems
    Contract End Date:  31-Dec-2020
    Contract Value (including applicable taxes): $16,281,279.6
    Vendor name: MODIS
    Contract End Date:  31-Dec-2020
    Contract Value (including applicable taxes): $14,056,329.08
    Vendor name: CGI
    Contract End Date:  31-Dec-2020
    Contract Value (including applicable taxes): $25,447,228.21
    Vendor name: Randstad Interim Inc.
    Contract End Date:  31-Dec-2020
    Contract Value (including applicable taxes): $16,964,818.60
    Vendor name: Donna Cona Inc., IBM Canada Limited
    Contract End Date:  31-Dec-2020
    Contract Value (including applicable taxes):$14,137,349.00$
    Vendor name: CGI
    Contract End Datet:  27-Oct-2020
    Contract Value (including applicable taxes): $4,399,811.50
    
    ePost Connect Service
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  To submit a bid using epost Connect service, the Bidder must either i) send directly its bid only to the specified PWGSC Bid Receiving Unit, using its own licensing agreement for epost Connect provided by Canada Post Corporation; or ii) if the Bidder does not have its own licensing agreement for epost Connect, they will have to request to open an epost Connect conversation by emailing PWGSC Bid Receiving Unit at tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca
    
    This should be sent as early as possible, and in any case, at least six business days prior to the solicitation closing date and time (in order to ensure a response).  Requests to open an epost Connect conversation received after that time may not be answered.
    
    For additional information on the submission of bids using epost Connect, please refer to the RFP.
    
    Accessible Procurement
    Public Services and Procurement Canada (PSPC)’s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate.
    
    Security Requirement
    There are security requirements associated with this requirement.  For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. 
    
    For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    Enquiries
    All questions in relation to this solicitation must be sent via email to Marlene Bitsene at marlene.bitsene@tpsgc-pwgsc.gc.ca.
    
    Note to Bidders: This solicitation document is available in .PDF format only. 
    
    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.
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Bitsene, Marlene
    Phone
    (613) 858-9976 ( )
    Email
    marlene.bitsene@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière 4th Floor
    10 Wellington Street
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    011
    English
    40
    011
    French
    4
    010
    English
    40
    010
    French
    2
    009
    English
    39
    009
    French
    1
    008
    English
    38
    008
    French
    2
    007
    English
    29
    007
    French
    2
    006
    English
    39
    006
    French
    3
    005
    English
    41
    005
    French
    1
    004
    English
    41
    004
    French
    1
    003
    English
    45
    003
    French
    4
    002
    English
    49
    002
    French
    3
    001
    English
    53
    001
    French
    2
    000
    English
    206
    000
    French
    24

    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)
    French, English
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: