OpenServices

Project Management, Digital Investment Plan

Gestion de projet, plan d'investissement numérique

Description

NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) This requirement is for: The Parks Canada Agency This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the National Capital Region, level of expertise and for the following category: • P.9 - Project Manager (Level 3) The requirement is intended to result in the award of two (2) contracts. The following SA Holders have been invited to submit a proposal: • Altis Recruitment & Technology Inc. • Cofomo Inc. • DECISIVE GROUP INC. • Donna Cona Inc. • EXPERIS CANADA INC. • ForgeSight Technologies Inc. • Hays Specialist Recruitment (Canada) Inc. • Insum Solutions inc • Malarsoft Technology Corporation • Maplesoft Consulting Inc. • MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture • Newfound Recruiting Corporation • Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture • Orangutech Inc. • TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA Description of the Requirement: The Parks Canada Agency requires the services of Project Manager resources, on an as-and-when requested basis, to support the Agency’s Digital Investment Plan (DIP), a multi-year portfolio of digital modernization initiatives. The work includes assisting with planning, coordination, documentation, risk management, and governance across projects involving system upgrades, cloud and platform implementations, cybersecurity enhancements, enterprise data solutions, and workflow and service delivery modernization. These services will help ensure the effective and compliant delivery of digital investments that support Parks Canada’s operational and service objectives. Security: There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. 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. Level of Security Requirement: Security Requirement: Common PS SRCL #6 Minimum Corporate Security Required: Designated Organization Screening (DOS) Minimum Resource Security Required: Reliability Status Document Safeguarding Security Level Required: N/A Applicable Trade Agreements: The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free-Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA). Proposed period of contract: The proposed period of contract shall be from April 1, 2026 to March 31, 2029 Estimated Level of Effort: The estimated level of effort of the contract will be for 3952 days. Contracting Authority Information: File Number: 5P300-25-0206 Contracting Authority: Christine Lajoie Phone Number: 343-585-2762 E-Mail: christine.lajoie@pc.gc.ca Inquiries: Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” ” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language. Debriefings: Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. NOTE: Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on a quarterly basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca

Tender Details

Reference Number
cb-428-58273633
Solicitation Number
5P300-25-0206/A
Publication Date
Jan 30, 2026
Closing Date
Feb 23, 2026
Expected Start
Apr 1, 2026
Expected End
Mar 31, 2029
Procurement Method
Competitive - Selective tendering
Selection Criteria
Highest Combined Rating of Technical Merit and Price
Notice Type
Request for Proposal

Classification

UNSPSC Code
80101600; 80161604
UNSPSC Description
Project management; Information technology IT management services

Trade Agreements

Canada-Korea Free Trade Agreement (CKFTA); Canada-Peru Free Trade Agreement (CPFTA); World Trade Organization Agreement on Government Procurement (WTO GPA); Canada-Colombia Free Trade Agreement; Canada-UK Trade Continuity Agreement (Canada-UK TCA); Canada-European Union Comprehensive Economic and Trade Agreement (CETA); North American Free Trade Agreement (NAFTA); Canada-Ukraine Free Trade Agreement (CUFTA); Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); Canada-Honduras Free Trade Agreement; Canadian Free Trade Agreement (CFTA); Canada-Panama Free Trade Agreement; Canada-Chile Free Trade Agreement (CCFTA)

Contracting Entity

Parks Canada Agency (PC)

111 Water Street East

Cornwall, Ontario

Contact

Christine Lajoie

christine.lajoie@pc.gc.ca

(343) 585-2762

Regions of Delivery

National Capital Region (NCR)