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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- 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/FloorGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Citizenship and Immigration Canada
- Address
-
235 Queen StreetOttawa, Ontario, K1A0H5Canada
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.