SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Service Delivery Modernization

Solicitation number G9292-163672/A

Publication date

Closing date and time 2015/09/11 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
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    SOLUTION BASED PROFESSIONALSERVICES  -  Task and Solutions
    professional services (TSPS) REQUIREMENT
    
     (File No. G9292-163672/A Requirement greater than $2 million )
    
    This requirement is for the Department of Employement and Social
    Development Canada (ESDC)
    
    This requirement is for:
    	
    ·	STREAM 2. BUSINESS CONSULTING / CHANGE MANAGEMENT STREAM, and
    ·	STREAM 3. PROJECT MANAGEMENT SERVICES STREAM.
    
    One contract is to be awarded.
    
    This requirement is open only to the following companies who
    qualified under the stated Stream, security level, region:
    
    2Keys Corporation 
    Accenture Inc. 
    ADGA Group Consultants Inc. 
    ALTRUISTIC INFORMATICS CONSULTING INC. 
    Auguste Solutions and Associates Inc. 
    BDO Canada LLP 
    BMT Fleet Technology Limited 
    Canadian Development Consultants International Inc. 
    CGI Information Systems and Management Consultants Inc. 
    Confluence Consulting Inc. 
    CORE Software Corp 
    CPCS Transcom Limited 
    Deloitte Inc. 
    Eclipsys Solutions Inc 
    Epixus Incorporated 
    Ernst & Young LLP 
    eVision Inc., SoftSim Technologies Inc. in Joint Venture 
    Groupe Alithya Inc / Alithya Group Inc 
    Hitachi Consulting Government Solutions, Inc. 
    Human Resource Systems Group Ltd. 
    IBM Canada Ltd. 
    Interis Consulting Inc. 
    International Safety Research Inc. 
    IT/Net - Ottawa Inc. 
    KPMG LLP 
    Le Groupe Conseil Bronson Consulting Group 
    McKinsey & Company Canada 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    MHPM Project Managers Inc. 
    MHPM Project Managers Inc., Tiree Facility Solutions Inc. in
    Joint Venture 
    Pricewaterhouse Coopers LLP 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Sierra Systems Group Inc. 
    Somos Consulting Group Ltd. 
    Taligent Consulting Inc. 
    TDV Global inc. 
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada 
    Tiree Facility Solutions Inc. 
    
    
    Request For Proposal (RFP) documents will be e-mailed directly,
    from the contracting officer, to the Qualified Supply
    Arrangement Holders who are being invited to bid on this
    requirement. BIDDERS ARE ADVISED THAT Buyandsell.gc.ca/tenders
    IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION
    DOCUMENTS. 
    
    Location of work to be performed:
    
    The Contractor is expected to work on site at ESDC in the NCR.
    
    There are no anticipated travel requirements.
    
    Security Requirement:
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE
    COMMON-PS-SRCL#19
    1.	The Contractor must, at all times during the performance of
    the Contract hold a valid Facility Security Clearance at the
    level of SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC). 
    2.	The Contractor personnel requiring access to
    PROTECTED/CLASSIFIED information, assets or sensitive work
    site(s) must EACH hold a valid personnel security screening at
    the level of RELIABLITY STATUS, CONFIDENTIAL or SECRET as
    required, granted or approved by CISD/PWGSC. 
    3.	The Contractor MUST NOT remove any PROTECTED/CLASSIFIED
    information from the identified work site(s), and the Contractor
    must ensure that its personnel are made aware of and comply with
    this restriction. 
    4.	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC. 
    5.	The Contractor must comply with the provisions of the: 
    a.	Security Requirements Check List and security guide (if
    applicable), attached at Annex C; 
    b.	Industrial Security Manual (Latest Edition). 
    
    Note: The Security Classification Guide for Work Packages is
    attached at Annex C. 
    
    Inquiries regarding this RFP requirement are to be submitted to
    the contracting officer listed below:
    
    File Number: G9292-163672/A
    Contracting Officer: Alain St-Amour
    Phone Number: 819-956-1675
    Fax Number: 819-997-2229
    Email: alain.st-amour@pwgsc-tpsgc.gc.ca
    
    
    Employment Social Development Canada plans to engage an
    experienced contractor to provide planning services including
    expertise, resource support, methodologies and processes to
    establish a framework architecture to improve payment processes
    and systems related to its program delivery infrastructure. The
    contractor will also provide strategic advice, integration and
    alignment of initiatives, program/project management and
    identification and early planning of potential projects.
    
    These services will be required from date of contract to 18
    months after contract award. 
    
    The resulting Contract is not for deliveries within a
    Comprehensive Land Claims Settlement Area (CLCSA). All
    requirements for delivery within a CLCSA are to be processed
    individually.  
    
    Documents may be submitted in either official language of Canada.
    
    NOTE: Task-Based Professional Services (TSPS) 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
    spts.tsps@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
    • 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
    St-Amour, Alain
    Phone
    (819) 956-1675 ( )
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    11C1, Place du Portage III
    Gatineau, Quebec, 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
    002
    English
    19
    001
    English
    29
    000
    English
    86

    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

    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: