TBIPS - Professional Services requirement

Solicitation number 21120-158459/B

Publication date

Closing date and time 2016/03/07 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: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP) For TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
      
    Requirement Details
    Tendering Procedure: Selective Tendering
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified underTier 2 for services in the National Capital Region for the following categories across three Workstreams (I, II and III):
    
    WORKSTREAM I - Business Applications Services
    A1: Application/Software Architect (CORE) Level 3
    A1: Application/Software Architect Level 2
    A1: Application/Software Architect Level 1
    A2: ERP Functional Analyst (General) Level 3 
    A.3 ERP Programmer Analyst (Oracle) Level 3 
    A.3 ERP Programmer Analyst Customer Relationship Management (CRM) Level 3
    A.4 ERP System Analyst (General) Level 3
    A.5 ERP Technical Analyst (Oracle) (CORE) Level 3
    A.5 ERP Technical Analyst (CRM) (CORE) Level 3
    A.6 Programmer/Software Developer (CORE) Level 3
    A.6 Programmer/Software Developer Level 2 
    A.6 Programmer/Software Developer Level 1
    A.7 Programmer/Analyst (CORE) Level 3
    A.7 Programmer/Analyst Level 2 
    A.7 Programmer/Analyst Level 1
    A.14 WEB Developer Level 3 
    A.16 Web Multi-media Content Consultant Level 3
    
    WORKSTREAM II: Project Management & IT Security Services
    P. 1 Change Management Consultant Level 3
    P.2 Enterprise Architect (CORE) Level 3
    P.2 Enterprise Architect Level 2
    P.2 Enterprise Architect Level 1
    P.4 Organizational Development Consultant (CORE) Level 3
    P.5 Project Executive (CORE) Level 3
    P.7 Project CoordinatorLevel 3
    P.7 Project Coordinator Level 2
    P.7 Project Coordinator Level 1
    P. 9 Project Manager (CORE) Level 3 
    P. 9 Project Manager Level 2
    P. 9 Project Manager Level 1
    P.11 QA Specialist/Analyst Level 3
    C.1 Strategic IT Security Consultant Level 3
    C.2 IT Security Methodology, Policy and Procedures Analyst Level 3
    C.3 IT Security TRA and C&A Analyst (CORE) Level 3
    C.4 IT Security Product Evaluation Specialist Level 3
    C.6 IT Security Engineer Level 3
    C.11 IT Security VA Specialist Level 3
    C.15Computer Forensics Specialist (CORE) Level 3
    
    WORKSTREAM III: IMS Business Alignment
    B.1 Business Analyst (CORE) Level 3
    B.1 Business Analyst Level 2
    B.1 Business Analyst Level 1
    B.2 Business Architect Level 3 
    B.3 Business Consultant (CORE) Level3 
    B.3 Business Consultant Level 2
    B.3 Business Consultant Level 1
    B.4 Business Continuity/ Disaster Recovery Specialist (CORE) Level 3
    B.5 BPR Consultant (CORE) Level 3
    B.6 Business System Analyst Level 3 
    B.6 Business System Analyst Level 2
    B.6Business System Analyst Level 1
    B.7 Business Transformation Architect (CORE) Level 3
    B.10 Help Desk Specialist Level 3
    B.10 Help Desk Specialist Level 2
    B.10 Help Desk Specialist Level 1 
    B.13 Operations Support Specialist Level 3
    B.13 OperationsSupport Specialist Level 2
    B.13 Operations Support Specialist Level 1
    B.14 Technical Writer Level 3
    B.14 Technical Writer Level 2
    B.14 Technical Writer Level 1
    
    Description of Work:
    Correctional Services Canada requires informatics professionalservices to provide support on an as-and when requested basis with a divers set of mission critical and non-mission critical software applications and systems, to meet Information Management Services’ (IMS) business transformation initiative.
    
    Security Requirement: Common PS SRCL #06 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Enhanced Reliability
    
    Contract Authority
    Name: Ana-Maria Barbu
    Phone Number: 819-956-6282
    EmailAddress: Ana-Maria.Barbu@tpsgc-pwgsc.gc.ca
    
    Inquiries:
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above.  The solicitation document is included in buyandsell.  All TBIPS SA Holders currently holdingaTBIPSSA for Tier 2 in the National Capital Area under the EN578-055605 series of SAs are eligible to submit a proposal. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS.  The Crown retains the rightto negotiate with any supplier on any procurement. Documents may be submitted in either official language.
    
    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

    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
    Barbu, Ana-Maria
    Phone
    (819) 956-6282 ( )
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    016
    French
    2
    016
    English
    26
    015
    French
    0
    015
    English
    18
    014
    French
    1
    014
    English
    16
    013
    French
    1
    013
    English
    13
    012
    French
    1
    011
    French
    1
    012
    English
    13
    011
    English
    13
    010
    French
    1
    010
    English
    21
    009
    French
    1
    009
    English
    18
    008
    French
    2
    007
    French
    0
    008
    English
    17
    007
    English
    18
    006
    French
    5
    006
    English
    24
    005
    French
    2
    005
    English
    32
    004
    French
    4
    004
    English
    49
    002
    French
    0
    003
    French
    3
    003
    English
    46
    002
    English
    40
    001
    French
    1
    001
    English
    48
    000
    French
    21
    000
    English
    195

    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: