Business Analyst (Bilingual) - Design and Configuration (Level 3)

Solicitation number EN578-182952/A

Publication date

Closing date and time 2018/05/16 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    NOTICE OF PROPOSED PROCUREMENT
    
    This requirement is only open to the below list of pre-qualified suppliers under the Task Based Informatics Professional Services (TBIPS) Supply Arrangement.
    TASK BASED EN578-170432. PROFESSIONAL SERVICES REQUIREMENT
    FILE NUMBER: EN578-182952
    TIER 1 (< $2M)
    This requirement is for the Department of Public Services and Procurement Canada (PSPC).
    This requirement is for the Stream 4: Business Services
    For the services of:
    • One (1) B. 1. Business Analyst (Bilingual) - Design and Configuration ( Level 3)
    
    Number of Contracts: One contract to be awarded.
    The Department of Public Services and Procurement Canada (PSPC) requires the services of one (1) Business Analyst -Design and Configuration -Level 3 (Bilingual) to support design, configuration, and operation of government-wide travel management systems provided by a third-party service provider, Hogg Robinson Group (HRG).This requirement will be from the date of contract award to eighteen (18) months later, with four (4) additional nine (9) months options.
    Documents may be submitted in either official language of Canada.
    The TBIPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. To obtain more information about how to become a pre-qualified supplier for TBIPS, please contact Public Works and Government Services Canada (PWGSC) at: spts.tsps@tpsgc-pwgsc.gc.ca
    Request for Proposal (RFP) documents will be e-mailed directly, from the PSPC Point of Contact (PSPC Contracting Authority), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. Bidders are advised that RFP documents are not available on the government electronic tendering system (https://buyandsell.gc.ca/tenders).
    Location of Work to be performed
    Region(s): National Capital Region
    Specific Location(s): 473 Albert Street, Ottawa, ON K1A 0S5
    Security Requirement
    Security Requirements Check List: Common PS SRCL #6
    Supplier Security Clearance required: FSC - Reliability
    Security Level required (Document Safeguarding): None
    Enquiries: Enquiries regarding this RFP requirement must be submitted to PSPC Contracting Authority listed below. 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.
    
    Contract Authority
    Name:   Sophia Edwards-Letellier
    Phone number:  613-952-9899
    E-Mail:  Sophia.Edwards-Letellier@tpsgc-pwgsc.gc.ca
    .
    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services.
    Delivery Date: Above-mentioned
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    List of Pre-Qualified Suppliers
    This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:
     
    1. 1019837 Ontario Inc. 
    2. 4Plan Consulting Corp. 
    3. A Hundred Answers Inc. 
    4. A. Net Solutions Inc. 
    5. Accenture Inc. 
    6. ADGA Group Consultants Inc. 
    7. Adobe Systems Canada Inc. 
    8. ADRM Technology Consulting Group Corp. and Randstad Interim Inc 
    9. Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture 
    10. Amita Corporation 
    11. Artemp Personnel Services Inc 
    12. BDO Canada LLP 
    13. Beyond Technologies Consulting Inc. 
    14. Bridgetown Consulting Inc. 
    15. CAE Inc. 
    16. Calian Ltd. 
    17. Calian Ltd., Dwp Solutions Inc., In Joint Venture 
    18. Cistel Technology Inc. 
    19. Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc. 
    20. CSI Consulting Inc. 
    21. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 
    22. Deloitte Inc. 
    23. Donna Cona Inc. 
    24. Donna Conna Inc., Ibm Canada Limited In Joint Venture 
    25. Eclipsys Solutions Inc 
    26. Ernst & Young LLP 
    27. Fifalde Consulting Inc. 
    28. General Dynamics Information Technology Canada Ltd. 
    29. I.M.P. Group Limited 
    30. I4C Information Technology Consulting Inc 
    31. IBISKA Telecom Inc. 
    32. IDS Systems Consultants Inc. 
    33. IPSS INC. 
    34. IT/Net - Ottawa Inc. 
    35. Lannick Contract Solutions Inc. 
    36. Makwa Resourcing Inc. 
    37. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in Joint Venture 
    38. Maplesoft Consulting Inc. 
    39. MaxSys Staffing & Consulting Inc. 
    40. MDOS Consulting Inc. 
    41. Michael Wager Consulting Inc. 
    42. Mindwire Systems Ltd. 
    43. Modis Canada Inc 
    44. NATTIQ INC. 
    45. New Technologies Inc. 
    46. Northern Micro Inc. 
    47. Olav Consulting Corp 
    48. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture 
    49. OpenFrame Technologies, Inc. 
    50. Pricewaterhouse Coopers LLP 
    51. Promaxis Systems Inc 
    52. QMR Staffing Solutions Incorporated 
    53. S.i. Systems Ltd. 
    54. Systemscope Inc. 
    55. Thales Canada Inc. 
    56. The AIM Group Inc. 
    57. The KTL Group, Inc. 
    58. TPG Technology Consulting Ltd. 
    59. Turtle Island Staffing Inc. 
    60. Unisys Canada Inc. 
    61. Valcom Consulting group Inc. 
    62. Veritaaq Technology House Inc. 
    63. WorkDynamics Technologies Inc. 
    64. Yoush Inc. 
    65. Zernam Enterprise 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

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

    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
    Edwards-Letellier, Sophia
    Phone
    (613) 952-9899 ( )
    Email
    sophia.edwards-letellier@tpsgc-pwgsc.gc.ca
    Address
    Trebla Building 4th Floor - 44
    473 Albert Street
    Édifice Trebla 4e étage - 44
    473 rue Albert
    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

    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)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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: