Maintenance on CanadaBuys

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

  • SAP Ariba on Saturday, February 15 from 7:00 pm until 10:59 pm (Eastern Time)   

TBIPS - Shared Travel Services (STS)

Solicitation number EN578-161880/A

Publication date

Closing date and time 2016/01/18 14:00 EST

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: 
    
    Contract Duration:
    The contract period will be for 240 billable days or 18 months, whichever comes first with up to two (2) irrevocable option periods of 120 billable days or nine (9) months each under the same terms and conditions
    
    Number of Contracts:
    Up to a maximum of 4 contracts may be awarded.
    
    Requirement Details
    
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the at least one of the following categories:
    A.11 Tester - Quality Assurance Specialist, Level 1
    B.1 Business Analyst - Design and Configuration, Level 3
    I.3 Database Analyst / IM Administrator, Level 2
    
    The following SA Holders have been invited to submit a proposal:
    1019837Ontario Inc. 
    2231622 Ontario Inc. 
    7792395 Canada Inc. 
    A Hundred Answers Inc. 
    Access Corporate Technologies Inc. 
    Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture 
    Apption Corporation 
    CISTEL TECHNOLOGY INC,TECSIS CORPORATION IN JOINT VENTURE 
    Cistel Technology Inc. 
    CoreTracks Inc. 
    DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE 
    Eagle Professional Resources Inc. 
    Ernst & Young LLP 
    FoxRed Consulting Inc., CloseReach LTD. in JOINT VENTURE 
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 
    Helix Management Consulting Services Inc. 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture 
    Koroc Consulting Inc., Isheva Inc. inJOINT VENTURE 
    Lightning Tree Consulting, Burbek, and P.G. Rodier Consulting in Joint Venture 
    Lumina IT inc. 
    Mentor Tech Source Inc. 
    Messa Computing Inc. 
    Michael Wager Consulting Inc. 
    NavPoint Consulting Group Inc. 
    Newfound Recruiting Corporation 
    NEWFOUND RECRUITING CORPORATION, APPTION CORPORATION , IN JOINT VENTURE 
    Nova Networks Inc. 
    Pleiad Canada Inc. 
    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE 
    Primex Project Management Limited 
    Prolity Corporation 
    Promitus Solutions Ltd., in Joint Venture with Icorp.ca Inc., Fineworks, Hamilton, Thomas & Associates Ltd., Elemental Strategies Inc. 
    QMR Staffing Solutions Incorporated 
    Semantic Consulting Inc 
    TAG HR The Associates Group Inc.
    Teambuilder Consulting Inc. 
    TECSIS Corporation 
    TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC. 
    Templates 4 Business, Inc. 
    The AIM Group Inc. 
    The Halifax Group Inc. 
    Turtle Island Staffing Inc. 
    Zernam Enterprise Inc 
    S.I. Systems
    Procom Consultants Group Limited
    The VCAN Group
    Maplesoft Group 
    Promaxis Systems Inc. 
    Dare Human Resources Corporation
    ADGA Group Consultants Inc
    Leo-Pisces Services Group Inc.  
    Portage Personnel Inc.
    SRA Staffing Solutions Ltd.
    IT Services Canada Inc.
    
    Description of Work:
    Bidders may submit a bid for one or all resource categories. 
    
    The Shared Travel Services Directorate (STSD) of the Integrated Services Branch, Public Services and Procurement Canada, has a requirement for the following professional services:
    
    One (1) A.11 Tester (Level 1) - Quality Assurance Specialist. This resource will be tasked with supporting issue resolution and quality assurance testing for the enterprise level travel management application provided by a third-party service provider. The work is currently not being performed by a contracted resource
    
    One I.3 Database Analyst / IM Administrator (Level 2). This resource will be tasked to create, update and maintain multiple databases to support STSD operations. The work is currently being performed by Portage Personnel under Contract (Value $490,872.00).
    
    One (1) B.1 Business Analyst (Level 3) - Design and Configuration and one (1) Bilingual B.1 Business Analyst (Level 3) - Design and Configuration. These resources will be tasked to support design, configuration, and operation of government-wide travel management systems. The work is currently being performed by MapleSoft under two Contracts (Value $772,920.00and $789,192.00, respectively).
    
    SecurityRequirement: Common PS SRCL#6 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required:  Reliability
    
    Contract Authority
    Name: Joe Michniewicz
    Phone Number: 613-952-0318
    Email Address: joe.michniewicz@tpsgc-pwgsc.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
    
    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
    Michniewicz, Joe
    Phone
    (613) 952-0318 ( )
    Address
    Canadian Building
    219 Laurier Ave. West, 13th Floor
    Room 13077
    Ottawa, Ontario, 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
    001
    English
    38

    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: