TBIPS - Business Services and Project Management Services

Solicitation number G7898-130001/A

Publication date

Closing date and time 2014/04/11 14:00 EDT

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
    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:  Employment and Social Development
    Canada (ESDC)
    
    ESDC has a requirement for the following streams of categories:
    
    Workstream 1 - Business Services; and
    Workstream 2 - Project Management Services.
    
    The requirement for Workstream 1 - Business Services is open
    only to those Supply Arrangement Holders currently holding a
    TBIPS SA for Tier 2 in the National Capital Region under the
    EN578-055605/E series of SAs for the following categories:
    
    B.1 Business Analyst, Level 2;
    B.2 Business Architect, Level 3;
    B.4 Business Continuity/Disaster Recovery Specialist, Level 2;
    B.5 Business Process Re-engineering (BPR) Consultant, Level 2;
    B.7 Business Transformation Architect, Level 3; and
    B.14 Technical Writer, Level 2.
    
    The following SA Holders have been invited to submit a proposal
    for Workstream 1 - Business Services:
    
    529040 Ontario Inc. and 880382 Ontario Inc.
    Accenture Inc.
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc., Amita Corporation,
    Artemp Personnel Services Inc., The AIM Group Inc., in Joint
    Venture
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc.
    Advanced Chippewa Technologies Incorporated, 529040 Ontario Inc,
    880382 Ontario Inc., in Joint Venture
    Aerotek ULC
    Altis Human Resources (Ottawa) Inc., and Excel Human Resources
    Inc., in Joint Venture
    Altruistic Informatics Consulting Inc., Apption Corporation in
    Joint Venture
    AMITA Corporation
    BDO Dunwoody LLP
    BMB Data Consulting Services Inc.
    Calian Ltd.
    CGI Information Systems and Management Consultants Inc.
    Cistel Technology Inc., Tecsis Corporation in Joint Venture
    Cistel Technology Inc.
    Computer Sciences Canada Inc. /Les sciences de l'informatique
    Canada Inc.
    Coradix Technology Consulting Ltd.
    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
    Deloitte Inc.
    Donna Cona Inc.
    Donna Cona Inc., IBM Canada Limited in Joint Venture
    Eagle Professional Resources Inc.
    Emerion
    Ernst & Young LLP
    Excel Human Resources Inc.
    General Dynamics Information Technology Canada Ltd.
    Groupe Alithya Inc / Alithya Group Inc.
    Harrington Marketing Limited
    I4C Information Technology Consulting Inc.
    Ian Martin Limited
    IBISKA Telecom Inc.
    Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture
    IBM Canada Ltd.
    iFathom Corporation
    Intelligent Technology Solutions Inc., IDS Systems Consultants
    Inc., PrecisionERP Incorporated, in Joint Venture
    Interis Consulting Inc.
    iVedha Inc.
    Leverage Technology Resources Inc.
    LGS Group Consulting Corporation
    Lumina IT Inc.
    Manpower Services Canada Ltd.
    Maplesoft Consulting Inc.
    MDA Systems Ltd.
    Modis Canada Inc.
    Moerae Solutions Inc (operating as MSI Corp)
    Nisha Technologies Inc.
    Nisha Technologies Inc., Contract Community Inc., in Joint
    Venture
    Nortak Software Ltd.
    Pricewaterhouse Coopers LLP
    Primex Project Management Limited
    Professional Computer Consultants Group
    ProVision IT Resources Ltd.
    QMR Staffing Solutions Incorporated
    Randstad Interim Incorporated
    S.i. Systems Ltd.
    Shore Consulting Group Inc.
    Sierra Systems Group Inc.
    Somos Consulting Group Ltd.
    Statel Capital Technology Partners Inc.
    Systematix Solutions TI Inc./Systematix IT Solutions 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.
    TELUS Communications Inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada
    The Halifax Group Inc.
    The KTL Group, Inc.
    The People Bank, a division of Design Group Staffing Inc.
    TPG Technology Consulting Ltd.
    Transpolar Technology Corporation and The Halifax Computer
    Consulting Group In Joint Venture
    TRM Technologies Inc.
    Turtle Technologies Inc.
    Unisys Canada Inc.
    Veritaaq Technology House Inc.
    Yoush Inc.
    Zylog Systems (Ottawa) Ltd.
    
    The requirement for Workstream 2 - Project Management Services
    is open only to those Supply Arrangement Holders currently
    holding a TBIPS SA for Tier 2 in the National Capital Region
    under the EN578-055605/E series of SAs for the following
    categories:
    
    P.1 Change Management Consultant, Level 3;
    P.2 Enterprise Architect, Level 3;
    P.5 Project Executive, Level 3;
    P.9 Project Manager, Level 3;
    P.9 Project Manager, Level 2; and
    P.10 Project Scheduler, Level 2.
    
    The following SA Holders have been invited to submit a proposal
    for Workstream 2 - Project Management Services:
    
    529040 Ontario Inc. and 880382 Ontario Inc.
    Accenture Inc.
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc., Amita Corporation,
    Artemp Personnel Services Inc., The AIM Group Inc., in Joint
    Venture
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim In.
    Advanced Chippewa Technologies Incorporated, 529040 Ontario Inc,
    880382 Ontario Inc., in Joint Venture
    Aerotek ULC
    Altis Human Resources (Ottawa) Inc., and Excel Human Resources
    Inc., in Joint Venture
    Altruistic Informatics Consulting Inc., Apption Corporation in
    Joint Venture
    AMITA Corporation
    BMB Data Consulting Services Inc.
    Cache Computer Consulting Corp.
    Calian Ltd.
    CGI Information Systems and Management Consultants Inc.
    Cistel Technology Inc., Tecsis Corporation in Joint Venture
    Cistel Technology Inc.
    Computer Sciences Canada Inc. /Les sciences de l'informatique
    Canada Inc.
    Coradix technology Consulting Ltd.
    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
    Deloitte Inc.
    Design Group Staffing Inc.
    Donna Cona Inc.
    Donna Cona Inc., IBM Canada Limited in Joint Venture
    DPRA Canada Incorporated
    Eagle Professional Resources Inc.
    Emerion
    Empowered Networks Inc.
    Equasion Business Technologies Consulting Inc. and Watershed
    Information Technology Inc. in CJV
    Ernst & Young LLP
    Excel Human Resources Inc.
    Groupe Alithya Inc./Alithya Group Inc.
    Harrington Marketing Limited
    I4C Information Technology Consulting Inc.
    Ian Martin Limited
    Ibiska Telecom Inc.
    Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture
    IBM Canada Ltd.
    iFathom Corp, Simfront Simulation System Corporation, ING
    Engineering Inc., in Joint Venture
    iFathom Corporation
    Intelligent Technology Solutions Inc., IDS Systems Consultants
    Inc., PrecisionERP Incorporated, in Joint Venture
    Interis Consulting Inc.
    iVedha Inc.
    Leverage Technology Resources Inc.
    Lumina IT Inc.
    Manpower Services Canada Ltd.
    Maplesoft Consulting Inc.
    MDA Systems Ltd.
    Modis Canada Inc.
    Moerae Solutions Inc (operating as MSI Corp)
    Nisha Technologies Inc.
    Nisha Technologies Inc., Contract Community Inc., in Joint
    Venture
    Nortak Software Ltd.
    Pricewaterhouse Coopers LLP
    Primex Project Management Limited
    Procom Consultants Group Ltd.
    Professional Computer Consultants Group
    Promaxis Systems Inc.
    Protegra Inc.
    ProVision IT Resources Ltd.
    QMR Staffing Solutions Incorporated
    Randstad Interim Incorporated
    S.i. Systems Ltd.
    Sierra Systems Group Inc.
    Somos Consulting Group Ltd.
    Systematix Solutions TI Inc./Systematix IT Solutions Inc.
    Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer Systems Inc., Lansdowne Technology Services
    Inc., in Joint Venture
    TELUS Communications Inc.
    The AIM Group Inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada
    The Halifax Group 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
    Unisys Canada Inc.
    Veritaaq Technology House Inc.
    Yoush Inc.
    Zylog Systems (Ottawa) Ltd.
    
    Description of the requirement:
    
    Workstream 1 - Business Services:  ESDC has a requirement for an
    "as and when requested" contract that satisfies the need for
    Business Services resources to be readily available for
    implementation into various projects while accommodating project
    and/or initiative time constraints.  These Business Services
    resources will be utilized directly in support of project
    management offices, especially during the initiation and project
    definition phases of various projects - this includes
    development of proposed architecture and business requirements.
    
    Workstream 2 - Project Management Services:  ESDC has a
    requirement for an "as and when requested" contract that
    satisfies the need for Project Management resources to be
    readily available for implementation into various projects while
    accommodating project and/or initiative time constraints.
    
    It is anticipated that up to three contracts for each Workstream
    will be awarded to meet this requirement.
    
    Proposed period of contract:
    
    The contract period will be for three years from the date of
    contract with an irrevocable option to extend the contract
    period for up to two additional one-year periods.
    
    File Number:  G7898-130001/A
    Contracting Authority:  Gail Cook
    Phone Number:  819-956-2591
    Fax Number:  819-956-1207
    E-Mail:  gail.cook@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)
    • 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

    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
    Cook, Gail
    Phone
    (819) 956-2591 ( )
    Fax
    (819) 956-1207
    Address
    11 Laurier St., / 11, rue Laurier
    3C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Employment and Social Development Canada
    Address
    142 Prom. du Portage
    Gatineau, Quebec, J8X 2K3
    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
    003
    English
    38
    014
    English
    44
    007
    English
    14
    011
    English
    33
    005
    English
    23
    006
    English
    22
    008
    English
    24
    009
    English
    15
    004
    English
    27
    002
    English
    40
    001
    English
    69
    000
    English
    322
    013
    English
    19
    012
    English
    15
    010
    English
    35
    009
    French
    0
    013
    French
    5
    007
    French
    13
    010
    French
    14
    014
    French
    6
    012
    French
    0
    001
    French
    6
    000
    French
    17
    003
    French
    0
    004
    French
    1
    002
    French
    1
    008
    French
    4
    011
    French
    9
    005
    French
    3
    006
    French
    0

    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
    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: