Description
NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
This requirement is for: Correctional Service Canada
This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1 (= $0 - $3.75M), under the region / metropolitan area, level of expertise and for the following categories:
Steam CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
1 (A.1) Application/Software Architect Level 3 1
1 (A.7) Programmer/Analyst Level 2 1
3 (I.1) Data Conversion Specialist Level 2 1
4 (B.9) Courseware Developer Level 2 1
The requirement is intended to result in the award of one (1) contract.
The following SA Holders have been invited to submit a proposal:
- Accenture Inc.
- ADGA Group Consultants Inc.
- Alithya Canada Inc
- Cache Computer Consulting Corp.
- Cistel Technology Inc.
- CloseReach Ltd., SnapSearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., In Joint Venture
- Cofomo Inc.
- Donna Cona Inc., IBM Canada Limited in Joint Venture
- Etico, Inc.
- Fujitsu Consulting (Canada) Inc.
- Lightning Tree Consulting Inc., Burbeck Inc., and P.G. Rodler Consulting in Joint Venture
- TAG HR The Associates Group Inc.
- TEKsystems Canada Corp
- Turtle Technologies Inc.
- Versatil BPI Inc.
Description of the Requirement:
The Correctional Service Canada (CSC) has a requirement for an Application/Software Architect, Programmer/Analyst, Data Conversion Specialist and Courseware Developer to provide IT Technical Support for the current Computerized Maintenance Management Systems (CMMS) with IBM’s Maximo software. CSC has three (3) Maximo environments: Development (DEV) to develop new configurations, Test (TEST) for testing and training, and Production (PROD) which has been deployed and is in use nationwide throughout all institutions for all CMMS tasks.
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: As per custom SRCL
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Reliability Status
Document Safeguarding Security Level Required: None
Special comments: None
Applicable Trade Agreements:
- Canadian Free Trade Agreement (CFTA)
- Canada–Chile Free Trade Agreement
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
- Canada–Colombia Free Trade Agreement
- Canada–European Union Comprehensive Economic and Trade Agreement (CETA)
- Canada–Honduras Free Trade Agreement
- Canada–Korea Free Trade Agreement
- Canada–Panama Free Trade Agreement
- Canada–Peru Free Trade Agreement
- Canada–Ukraine Free Trade Agreement
- Canada–United Kingdom Trade Continuity Agreement
- World Trade Organization–Agreement on Government Procurement (WTO-GPA)
Proposed period of contract:
The proposed period of contract shall be from the date of contract award to one (1) year later, plus two (2) optional 1-year periods.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 179 days, plus two (2) additional 179 days for the option periods.
Contracting Authority Information:
File Number: 21120-26-5092047
Contracting Authority: Jason St-Onge
Phone Number: (506) 269-3765
E-Mail: jason.st-onge@csc-scc.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-951-60830677
- Solicitation Number
- 21120-26-5092047
- Publication Date
- Feb 13, 2026
- Closing Date
- Mar 10, 2026
- Procurement Method
- Competitive - Selective tendering
- Selection Criteria
- Highest Combined Rating of Technical Merit and Price
- Notice Type
- RFP against Supply Arrangement
Trade Agreements
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); Canada-Peru Free Trade Agreement (CPFTA); Canada-UK Trade Continuity Agreement (Canada-UK TCA); World Trade Organization Agreement on Government Procurement (WTO GPA); Canada-Ukraine Free Trade Agreement (CUFTA); Canada-European Union Comprehensive Economic and Trade Agreement (CETA); Canadian Free Trade Agreement (CFTA); North American Free Trade Agreement (NAFTA); Please refer to Tender Description or Tender Documents; Canada-Honduras Free Trade Agreement; Canada-Chile Free Trade Agreement (CCFTA); Canada-Panama Free Trade Agreement; Canada-Colombia Free Trade Agreement; Canada-Korea Free Trade Agreement (CKFTA)