IM / IT Support Services - TBIPS

Solicitation number 21120-127132/A

Publication date

Closing date and time 2013/03/05 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    This requirement is for:  Correctional Services Canada
    
    This requirement is open only to those Supply Arrangement
    Holders who qualified under Tier 2 Stream for Technology
    Services Class, Business Services Class and Project Management
    Services Class in the National Capital Region.
    
    This requirement is open only to those Supply Arrangement
    Holders who qualified under the category for:
    
    A1.	Application/Software Architect - Level 3
    A.6	Programmer/Software Developer - Level 2
    A.7	Programmer/Analyst - Level 3
    A.8	System Analyst - Level 3
    B.9 	Courseware developer - Level 2
    B.14 	Technical Writer - Level 2
    P.4	Organizational Development Consultant - Level 2
    P.8	Project Lead - Level 3
    P.9 	Project Manager - Level 3
    
    
    
    The following SA Holders have been invited to submit a proposal:
    
    1.	AMITA Corporation
    2.	DARE Human Resources Corporation (o/a DARE HR ) 
    3.	The Devon Group Ltd. 
    4.	TPG Technology Consulting Ltd. and InRound Innovations CJV   
    5.	NORTAK SOFTWARE LTD.   
    6.	Valcom Consulting Group Inc. 
    7.	EMERION  
    8.	TPG Technology Consulting Ltd.  
    9.	IBISKA Telecom Inc. and C M Inc., as a contractual Joint
    Venture   
    10.	Ant & Bee Corporation   
    11.	Conseillers en Informatique d'affaires C I A inc.   
    12.	ALTRUISTIC INFORMATICS CONSULTING INC., APPTION CORPORATION
    IN 		JOINT VENTURE  
    13.	HARRINGTON MARKETING LIMITED (o/a Harrington
    Staffing/Informatics 			Resources)
    14.	Turtle Technologies Inc. 
    15.	Eagle Professional Resources Inc 
    16.	CSI Consulting Inc, FoxWise Technologies Inc.,DWP Solutions
    Inc., Innovision 			Consulting Inc. in JV   
    17.	Aerotek ULC (o/a TEKsystems Canada)  
    18.	FUJITSU CONSULTING (CANADA) INC/FUJITSU CONSEIL (CANADA) INC
      
    19.	ADRM TECHNOLOGY CONSULTING GROUP CORP (o/a ADRMTEC)  
    20.	S I Systems Ltd  
    21.	Manpower Services Canada Limited o/a Experis/ManpowerGroup  
    22.	Randstad Interim Inc.   
    23.	ADRM Technology Consulting Group Corp. and Randstad Interim
    Inc. (Joint Venture)   
    24.	Zylog Systems (Ottawa) Ltd.  
    25.	529040 ONTARIO INC and 880382 ONTARIO INC (o/a GSI
    International Consulting 		Group) 
    26.	EXCEL HUMAN RESOURCES INC.   
    27.	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer 		Systems Inc., Lansdowne Technology Services
    Inc., IN JOINT VENTURE (o/a 45 North 		Consulting) 
    28.	TRM Technologies Inc.   
    29.	STATEL CAPITAL TECHNOLOGY PARTNERS INC. (o/a Capital
    Technology 			Partners) 
    30.	Veritaaq Technology House Inc. 
    31.	The Halifax Group 
    32.	Calian Ltd. 
    33.	Unisys Canada Inc.  
    34.	ADGA Group Consultants Inc. 
    35.	I4C INFORMATION TECHNOLOGY CONSULTING INC (o/a I4C
    Consulting Inc)   
    36.	SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC (o/a
    			Systematix IT Solutions Inc.) 
    37.	Cistel Technology Inc. 
    38.	MODIS CANADA INC.   
    39.	MAPLESOFT CONSULTING INC. (o/a Maplesoft Group)   
    40.	Professional Computer Consultants Group Ltd. (o/a Procom)  
    41.	CGI Information Systems and Management Consultants Inc.  
    42.	CORADIX Technology Consulting Ltd.   
    43.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture   
    44.	Michael Wager Consulting Inc. (o/a MWCO)   
    45.	IT/Net Ottawa Inc. (o/a IT/Net)  
    46.	CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE   
    47.	Altis Human Resources (Ottawa) Inc. and Excel Human
    Resources Inc., in Joint Venture  
    48.	DONNA CONA INC.  
    49.	IBM Canada Ltd.   
    50.	TELUS Communications Inc. (o/a TELUS)  
    51.	The Bell Telephone Company of Canada or Bell Canada/La
    Compagnie de Téléphone 		Bell du Canada ou Bell   
    52.	BMB Data Consulting Services Inc.   
    53.	Sierra Systems Group Inc. 
    54.	Computer Sciences Canada Inc. /Les sciences de
    l'informatique Canada Inc  
    55.	Nisha Technologies Inc., Contract Community Inc., IN JOINT
    VENTURE   
    56.	QMR Staffing Solutions Incorporated (o/a QMR Consulting &
    Professional Staffing)  
    57.	QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES
    INC. 	IN JOINT VENTURE   
    58.	Deloitte Inc.  
    59.	Accenture Inc.   
    60.	PricewaterhouseCoopers LLP (o/a PwC ) 
    
    
    Description of the requirement:  Correctional Services Canada
    has a requirement for the provision of informatics professional
    services for the provision of informatics professional services
    for Correctional Service Canada (CSC), for in-service support of
    the Offender Management System Renewal (OMSR) system project.
    The length and type of service required will vary depending on
    the nature of each assignment. Working collaboratively with
    other team members and Correctional Services Canada
    representatives, the consultants will report directly to the
    project managers. These consultants will coordinate meetings
    with clients, develop technical and functional documentation,
    and perform other related tasks.
    
    
    
    The requirement is for various category resources on an
    "as-and-when-requested" basis that will be authorized through
    Task Authorizations.
    
    
    It is intended to result in the award of up to two contracts.
    
    The contract period will be for one year from the date of
    contract with an irrevocable option to extend the contract
    period for up to three additional one-year periods.
    
    Security Requirement:  
    Contractor - Secret 
    Resources - Secret
    
    File Number:  21120-127132/A
    Contracting Authority:  Dennis Croucher
    Phone Number:  819-956-1195
    Fax Number:  819-956-5078
    E-Mail:  dennis.croucher@tpsgc-pwgsc.gc.ca
    
    NOTE:  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)
    • 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

    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
    Croucher, Dennis
    Phone
    (819) 956-1195 ( )
    Fax
    (819) 956-5078
    Address
    11 Laurier St., / 11, rue Laurier
    3C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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.

    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)
    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: