SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

JUNIOR PROCUREMENT SPECIALIST

Solicitation number W8482-156405/A

Publication date

Closing date and time 2015/06/26 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    TSPS SA - PROVISION OF JUNIOR PROCUREMENT SPECIALIST SERVICES
    FOR THE DIRECTOR GENERAL MARITIME EQUIPMENT PROGRAM MANAGER
    (DGMEPM)
    
    Task Based Professional Services (TSPS) Requirement
    
    This requirement is for the Department of National Defence.
    
    This requirement is open only to Supply Arrangement Holders
    under E60ZN-13TSPS/___/ZN who qualified under Tier 1 (= $0-$2M)
    Stream 3 for Project Management Services Stream for category 3.7
    Procurement Specialist- Junior in the Region: National Capital
    Region (NCR).
    
    This requirement of the Department for National Defence -
    Director General Maritime Equipment Program Manager (DGMEPM) for
    Task and Solutions Professional Services  for up to twenty (20)
    Junior Procurement Specialist positions, four (4) Firm Positions
    and sixteen (16) Optional Positions, - TSPS 3.7 Procurement
    Specialist (Junior), to be exercised at Canada's discretion.  It
    is intended to award up to four (4) contract(s) with an initial
    period of two (2) years, plus three (3) one-year options
    allowing Canada to extend the term of the contract(s).  
    Industry will determine how many contracts will be issued for
    the firm and Optional Service Positions for Junior Procurement
    Specialist
    
    If a Contractor is unable to submit a suitable CV for an
    exercised Optional position within 30 days, Canada reserves the
    right to contract with the next lowest bidder for the Optional
    Service position on a case by case basis, if there are two or
    more contracts issued.
    
    The work consists of executing National Inventory Control Point
    (NICP) operations associated with the provision of materiel to
    customers at Canadian Forces (CF) bases, stations, depots, units
    and organizations, utilizing a SAP based Enterprise Resource
    Planning (ERP) tool.
    
    There is a security requirement associated with this
    requirement.  
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    This procurement is limited to Canadian services.
    
    Bidders must provide the required information as detailed in
    article 3 of Part 2 of the bid solicitation, in order to comply
    with Treasury Board policies and directives on contracts awarded
    to former public servants."
    
    "This procurement is subject to the Controlled Goods Program.
    
    The Federal Contractors Program (FCP) for employment equity
    applies to this procurement.
    
    MANDATORY TECHNICAL CRITERION
    
    The Bidder's Proposed Resources:  Level 1 (Junior) Procurement
    Specialist
    
    MT1	The Contractor's resource shall comply with the security
    requirement Common PS SRCL #21     at time of bid closing. 
    Certificate number, level and expiration date must be included
    with the bid.
    
    MT2	The Contractor's resource must have a High School Diploma or
    equivalent.  Copy of certificate must be included with the bid.
    
    MT3	The Bidder's proposed resource must have a minimum of 12
    months of demonstrated practical hands-on experience in a
    Procurement -related activity within the last 5 years, as of bid
    closing date.  This experience must have been in support of
    government materiel management and procurement procedures for
    equipment support.  
    
    MT4	The Bidder's proposed resource must have 12 months of
    demonstrated practical hands-on experience in using a SAP based
    Enterprise Resource Planning (ERP) software within the last 5
    years;
    OR
    The Bidder's proposed resource must provide a certificate for a
    SAP based Enterprise Resource Planning course from a recognized
    college or CEGEP.
    
    PROCUREMENT SPECIALIST FLEXIBLE GRID
    Levels of Expertise
    
    Level 3 (Senior) Minimum 	95 pts
    Level 2 (Intermediate) Minimum 	70 pts
    Level 1 (Junior) Minimum 	50 pts
    
    Relevant Education to the Consultant Category
    
    University (PhD, Graduate, Undergraduate, degree)   	35 Pts
    College or CEGEP Diploma / Certificate  	25 pts
    High School Diploma  	20 pts
    
    Professional Certification
    
    Relevant Professional Certification	15 pts
    
    Relevant Experience in Consultant Category
    
    = yr and <2yrs	12-23 months	15 pts
    = yrs and <4yrs	24-47 months	25 pts
    = yrs and <6yrs	48-71 months	35 pts
    = yrs and <8 yrs	72-95 months	45 pts
    = yrs and <10 yrs	96-119 months	55 pts
    = yrs	120 + months	65 pts
    
    Basis of Selection - Mandatory Technical Criteria
    
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria to be
    declared responsive. The responsive bid with the lowest
    evaluated price on a position by position basis will be
    recommended for award of a contract.
    
    Security Requirement
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE #
    COMMON-PS-SRCL #21
    
    The following SA Holders have been invited to submit a proposal:
    
    1019837 Ontario Inc. 
    168446 Canada Inc. 
    3755479 Canada Inc. 
    529040 ONTARIO INC and 880382 ONTARIO INC 
    A. Net Solutions Inc. 
    Access Corporate Technologies Inc. 
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    ADRM Technology Consulting Group Corp. 
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc 
    Altis Human Resources (Ottawa) Inc. 
    Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc.,
    and Altis Human Resources Inc., in Joint Venture 
    Altis Human Resources Inc. 
    Amtek Engineering services Ltd. 
    Auguste Solutions and Associates Inc. 
    BDO Dunwoody LLP 
    Belham PDS Inc. 
    Bernard Benoit Project Management Inc. 
    BMT Fleet Technology Limited 
    BP & M Government IM & IT Consulting Inc. 
    Cache Computer Consulting Corp. 
    Calian Ltd. 
    CBRE Limited 
    Contract Community Inc. 
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    Coradix technology Consulting Ltd. 
    CORE Software Corp 
    CPCS Transcom Limited 
    CSI Consulting Inc. 
    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 
    Donna Cona Inc. 
    Emerion 
    Ernst & Young LLP 
    eVision Inc., SoftSim Technologies Inc. in Joint Venture 
    Excel Human Resources Inc. 
    Groupe Alithya Inc / Alithya Group Inc 
    Harrington Marketing Limited 
    HDP Group Inc 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    IAN MARTIN LIMITED 
    IBISKA Telecom Inc. 
    IBM Canada Ltd.
    Information Management and Technology Consultants Inc. 
    Interis Consulting Inc. 
    IT Services Canada Inc. 
    IT/Net - Ottawa Inc. 
    KPMG LLP 
    Lannick Contract Solutions Inc. 
    Lansdowne Technologies Inc. 
    Leo-Pisces Services Group Inc. 
    Lightning Tree Consulting Inc. 
    Lumina IT inc. 
    Lumina IT inc./C.B.-Z. Inc. (Joint Venture) 
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT
    VENTURE 
    Manpower Services Canada Ltd. 
    Maplesoft Consulting Inc. 
    Messa Computing Inc. 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    MHPM Project Managers Inc. 
    MHPM Project Managers Inc., Tiree Facility Solutions Inc. in
    Joint Venture 
    Michael Wager Consulting Inc. 
    Mindwire Systems Ltd. 
    Modis Canada Inc 
    N12 Consulting Corporation 
    Nortak Software Ltd. 
    Orbis Risk Consulting Inc. 
    OTUS Strategic Financial Business Planning 
    Performance Management Network Inc. 
    Phirelight Security Solutions Inc. 
    Platinum Technologies Inc. 
    Pleiad Canada Inc. 
    Pricewaterhouse Coopers LLP 
    Procom Consultants Group Ltd. 
    Promaxis Systems Inc 
    Protak Consulting Group Inc. 
    ProVision IT Resources Ltd. 
    QinetiQ Limited 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    Randstad Interim Incorporated 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Robert Half Canada Inc 
    S.i. Systems Ltd. 
    Samson & Associés CPA/Consultation Inc 
    Sierra Systems Group Inc. 
    Solutions Moerae Inc 
    Somos Consulting Group Ltd. 
    Spearhead Management Canada Ltd. 
    Stantec Consulting Ltd. 
    Strategic Relationships Solutions Inc. 
    Systematix IT Solutions Inc./Systematix Technologies de
    L'Information Inc./Les Services Conseils Systematix Inc. in
    Joint Venture. 
    Systemscope Inc. 
    Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer Systems Inc., Lansdowne Technology Services
    Inc., IN JOINT VENTURE 
    TAG HR The Associates Group Inc. 
    TDV Global inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada 
    The Devon Group Ltd. 
    The Halifax Group Inc. 
    Tiree Facility Solutions Inc. 
    TPG Technology Consulting Ltd. 
    Transpolar Technology Corporation and The Halifax Computer
    Consulting Group In Joint Venture 
    TRM Technologies Inc. 
    Turtle Technologies Inc. 
    Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In
    Joint Venture 
    Valcom Consulting group Inc. 
    Veritaaq Technology House Inc. 
    verTerra corp. 
    Yoush Inc. 
    ZW Project Management Inc.
    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

    • Agreement on Internal Trade (AIT)

    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
    Tamaro, Daniel
    Phone
    (819) 956-5319 ( )
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    002
    English
    25
    001
    French
    11
    001
    English
    34

    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
    Selection criteria
    Lowest Price

    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: