TBIPS Business Analysis and Functional Services

Solicitation number B8947-220390/A

Publication date

Closing date and time 2022/10/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    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: 
    
    TBIPS Business Analysis and Functional Services
    
    B8947-220390/A
    Dupuis, Sébastien
    Telephone No. - (873) 354-0246 (    )
    
    This requirement is for: Citizenship and Immigration Canada (CIC)
    
    Only TBIPS Supply Arrangement (SA) Holders currently holding a TBIPS SA for Tier 2 in the resource categories detailed below 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: rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca
    
    Submission of Bids:
    
    This bid solicitation allows bidders to use Canada Post Corporation’s (CPC) Connect service to transmit their bid electronically. To submit a bid using the CPC Connect service, the Bidder must either i) send directly its bid only to the specified PWGSC Bid Receiving Unit, using its own licensing agreement for CPC Connect provided by Canada Post Corporation; or ii) if the Bidder does not have its own licensing agreement for CPC Connect, they have to request to open a CPC Connect conversation by emailing PWGSC Bid Receiving Unit at tpsgc.pareceptiondessoumissions-apbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca
    
    This request should be sent 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 a CPC Connect conversation received after that time may not be answered.
    
    For additional information on the submission of bids using CPC Connect, please refer to the RFP.
    
    
    Description of the requirement:
    
    The scope of this requirement is for the provision of services on an "as and when requested" basis for the following resource categories:
    
    A.2 Enterprise Resource Planning Functional Analyst, Level 2;
    B.1 Business Analyst, Level 2; and
    B.1 Business Analyst, Level 3
    
    Number and proposed period of contract(s):
    
    It is intended to result in the award of up to three contracts. Each contract will be for two years plus three one-year irrevocable options allowing Canada to extend the term of the contract.
    
    Anticipated Start Date:
    
    February 2023
    
    Security Requirement:
    
    SRCL: Common PS SRCL #19
    Bidder Minimum Security Level Required: SECRET
    Resource Minimum Security Level Required: RELIABILITY
    
    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.
    
    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.
    
    Incumbents:
    
    Name of Contractor: Coradix Technology Consulting Ltd.
    Contract Period: 18-Jan-2018 to 17-Jan-2023
    Contract Value: $5,641,863.14 (applicable taxes included)
    
    Name of Contractor: Procom Consultants Group Ltd.
    Contract Period: 18-Jan-2018 to 17-Jan-2023
    Contract Value: $5,581,539.99 (applicable taxes included)
    
    Name of Contractor:  TPG Technology Consulting Ltd.
    Contract Period: 18-Jan-2018 to 17-Jan-2023
    Contract Value: $5,548,027.12 (applicable taxes included)
    
    
    Enquiries:
    
    All questions in relation to this solicitation must be sent via email to Sébastien Dupuis at Sebastien.Dupuis@tpsgc-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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Dupuis, Sébastien
    Phone
    (873) 354-0246 ( )
    Email
    sebastien.dupuis@tpsgc-pwgsc.gc.ca
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4ième
    étage/Floor
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Citizenship and Immigration Canada
    Address
    235 Queen Street
    Ottawa, Ontario, K1A0H5
    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
    010
    French
    2
    010
    English
    28
    009
    English
    21
    009
    French
    5
    008
    French
    2
    008
    English
    23
    007
    English
    28
    007
    French
    10
    006
    French
    4
    006
    English
    24
    005
    English
    27
    005
    French
    6
    004
    French
    3
    004
    English
    32
    003
    English
    34
    003
    French
    6
    002
    English
    54
    002
    French
    4
    001
    English
    44
    001
    French
    5
    000
    English
    131
    000
    French
    27

    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)
    French, English
    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: