SIGMA system maintenance

Due to a planned maintenance, the integration of updates to supplier financial information in SAP Ariba will be delayed during the times listed below. We apologize for any inconvenience. 

  • Friday, April 25 from 7:00 pm until 8:00 pm (EDT)

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Task Based Informatics Professional Services (TBIPS) - Tier 2

Solicitation number 21120-194545/A

Publication date

Closing date and time 2020/11/19 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Task Based Informatics Professional Services (TBIPS) - Tier 2
    
    Only TBIPS SA Holders holding a TBIPS SA for Tier 2 at the time of bid closing, in all required resource categories of a given Workstream in this solicitation and in the National Capital Region under the EN578-170432 series of SAs are eligible to compete. The TBIPS SA EN578-170432 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation. 
    
    Should you require more information on how to become a qualified TBIPS Supply Arrangement Holder, please contact the Manager of the Informatics Method of Supply (IMOS) at: PARCNMDAI.APNCRIMOS@tpsgc-pwgsc.gc.ca
    
    SUBMISSION OF BIDS
    
    BIDS MUST BE SUBMITTED ONLY TO THE PUBLIC WORKS AND GOVERNMENT SERVICES CANADA (PWGSC) BID RECEIVING UNIT VIA E-POST CONNECT.
    
    For bidders needing to register with epost Connect the email address is: tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca.  
    Interested Bidders must register as early as possible, and in any case, at least six business days prior to the solicitation closing date and time (in order to ensure a response).  Requests to open an epost Connect conversation received after that time may not be answered.Bids will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in Standard Instructions 2003, or to send bids through an epost Connect message if the bidder is using its own licensing agreement for epost Connect.
    
    Due to the nature of the bid solicitation, bids transmitted by facsimile or electronic mail to PWGSC will not be accepted. For additional information on the submission of bids using epost Connect, please refer to the RFP.
    
    REQUIREMENT
    
    This bid solicitation is being issued to satisfy the requirement of the Correctional Service of Canada (the "Client") for Task-Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. This requirement is for the provision of Informatics professional services for the following Workstreams and resource categories. The Contractor will provide the services on an 'as and when requested' basis. All requirements will be authorized through Task Authorizations issued in accordance with the Contract.
    
    Workstream 1: Application Services 
    
    A.1 Application/Software Architect (Level 2)
    A.1 Application/Software Architect (Level 3)
    A.1 Application/Software Architect - Specialist (Level 3)
    A.2 ERP Functional Analyst (Level 3)
    A.4 ERP System Analyst (Level 3)
    A.6 Programmer/Software Developer (Level 2)
    A.6 Programmer/Software Developer (Level 3)
    A.7 Programmer/Analyst (Level 2)
    A.7 Programmer/Analyst (Level 3)
    A.8 System Analyst (Level 3)
    A.9 System Auditor (Level 3)
    A.11 Tester (Level 3)
    A.16 Web Multi-media Content Consultant (Level 3)
     
    Workstream 2: Information Management and Information Technology Services 
    
    I.2 Database Administrator (Level 3)
    I.3 Database Analyst/Information Management Administrator (Level 2)
    I.3 Database Analyst/Information Management Administrator (Level 3)
    I.5 Information Management Architect (Level 3)
    I.9 System Administrator (Level 3)
    I.10 Technical Architect (Level 2)
    I.10 Technical Architect (Level 3)
    I.11 Technology Architect (Level 2)
    I.11 Technology Architect (Level 3)
    
    Workstream 3: Business Management Services 
    
    B.1 Business Analyst (Level 3)
    B.4 Business Continuity/Disaster Recovery Specialist (Level 3)
    B.6 Business System Analyst (Level 2)
    B.6 Business System Analyst (Level 3)
    B.9 Courseware Developer (Level 2)
    B.10 Help Desk Specialist (Level 1)
    B.11 Instructor, Information Technology (Level 2)
    B.13 Operations Support Specialist (Level 2)
    B.13 Operations Support Specialist (Level 3)
    B.14 Technical Writer (Level 1)
    
    
    Workstream 4: Project Management Services 
    
    P.1 Change Management Consultant (Level 3)
    P.1 Change Management Consultant - Specialist (Level 3)
    P.2 Enterprise Architect (Level 2)
    P.2 Enterprise Architect (Level 3)
    P.2 Enterprise Architect - Specialist (Level 3)
    P.4 Organizational Development Consultant (Level 3)
    P.5 Project Executive (Level 3)
    P.5 Project Executive - Specialist (Level 3)
    P.8 Project Leader (Level 3)
    P.9 Project Manager (Level 2)
    P.9 Project Manager (Level 3)
    P.9 Project Manager - Specialist (Level 3)
    P.11 Quality Assurance Specialist/Analyst (Level 3)
    
    Workstream 5: Cyber Protection Services
     
    C.3 Information Technology Security Threat and Risk Assessment (TRA) and Certification and Accreditation (C&A) Analyst (Level 3)
    C.6 IT Security Engineer (Level 3)
    C.8 Network Security Analyst (Level 3)
     
    ANTICIPATED START DATE
    
    March 2021
    
    SECURITY REQUIREMENT
    
    SRCL: Common PS SRCL #6
    Bidder Minimum Security Level Required: valid Designated Organization Screening (DOS)
    Resource Minimum Security Level Required: Reliability
    
    NUMBER AND PROPOSED PERIODS OF CONTRACTS
    
    It is intended to result in the award of up to two contracts in each of the Workstreams 1, 2, 3, and 4, and one contract in Workstream 5, with each contract purchasing Work from only one Workstream. Each contract will be for three years plus two one-year irrevocable options allowing Canada to extend the term of the contract. Bidders do not have to submit a bid for each Workstream. In the event that a Bidder wants to bid on more than one Workstream, a separate technical bid should be submitted for each Workstream.
    
    CURRENT INCUMBENTS
    
    Vendor name: Cistel Technology Inc..
    Contract Period:  2016/Apr/01 to 2021/Mar/31
    Contract Value (including applicable taxes): $25,107,597.53
    Services: Business Applications Services
    
    Vendor name: Cistel Technology Inc..
    Contract Period:  2016/Apr/01 to 2021/Mar/31
    Contract Value (including applicable taxes): $23,796,074.23
    Services: Project Management and IT Security Services
    
    Vendor name: Modis Canada Inc..
    Contract Period:  2016/Apr/01 to 2021/Mar/31
    Contract Value (including applicable taxes): $16, 072,129.17
    Services: IMS Business Alignment
    
    ACCESSIBLE PROCUREMENT
     
    Public Services and Procurement Canada (PSPC)’s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate.
    Security Requirement
    
    There are security requirements associated with this requirement.  For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. 
    
    For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    ENQUIRIES
    
    All questions in relation to this solicitation must be sent via email to Carole Holden at Carole.Holden@tpsgc-pwgsc.gc.ca
    
    Bidders are requested to clearly indicate the Workstream(s) for which they are submitting their questions.
    
    
    
    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.

    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
    Holden, Carole
    Phone
    (613) 858-9217 ( )
    Email
    carole.holden@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4ième
    étage/Floor
    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 EN 92
    016 FR 8
    015 EN 58
    015 FR 4
    014 EN 63
    014 FR 7
    013 EN 42
    012 EN 57
    013 FR 2
    012 FR 7
    011 EN 53
    011 FR 5
    010 EN 49
    010 FR 7
    009 EN 48
    009 FR 5
    008 EN 54
    008 FR 5
    007 EN 52
    007 FR 4
    006 EN 60
    006 FR 4
    005 EN 52
    005 FR 7
    004 EN 56
    004 FR 4
    003 EN 65
    003 FR 6
    002 EN 61
    002 FR 4
    001 EN 78
    001 FR 4
    000 EN 332
    000 FR 48

    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: