NPP – W6399-21-LF91/A – TSPS SA – One (1) Intermediate Business Consultant

Status Awarded

Contract number W6399-21-LF91/A

Solicitation number W6399-21-LF91/A

Publication date

Contract award date

Contract value

CAD 361,600.00

    Description

    This contract was awarded to:

    Calian Ltd.

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W6399-21-LF91/A
    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Intermediate Business Consultant under Stream 2.3, Business Consultant Services Stream. The intent of this solicitation is to establish one (1) Contract for two (2) initial years, with the option to extend the term of the Contract by up to three (3) one-year irrevocable option periods under the same conditions. Start date is as soon as possible. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Service (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.

    Documents may be submitted in either official language of Canada.

    RFP documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. Bidders are advised that the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://canadabuys.canada.ca/).

    The TSPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TSPS, please contact Public Works and Government Services Canada (PWGSC).

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-ca….

    List of Pre-Qualified Suppliers :

    This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:

    • 8513929 Canada Inc.
    • Accenture Inc.
    • ADGA Group Consultants Inc.
    • ADRM Technology Consulting Group Corp.
    • ALINEA INTERNATIONAL LTD.
    • Altis Human Resources (Ottawa) Inc.
    • Calian Ltd.
    • CGI Information Systems and Management Consultants Inc.
    • Conoscenti Technologies Inc.
    • Coradix technology Consulting Ltd.
    • DLS Technology Corporation
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • HubSpoke Inc.
    • IBISKA Telecom Inc.
    • iFathom Corporation
    • Information Management and Technology Consultants Inc.
    • Intelan Consulting Inc.
    • IPSS INC.
    • IT/Net - Ottawa Inc.
    • IT/NET OTTAWA INC, KPMG LLP, in joint venture
    • KPMG LLP
    • Levio Conseils Inc.
    • Maplesoft Consulting Inc.
    • MaxSys Staffing & Consulting Inc.
    • MDOS CONSULTING INC.
    • Mindwire Systems Ltd.
    • Modis Canada Inc
    • OpenFrame Technologies, Inc.
    • Pricewaterhouse Coopers LLP
    • Procom Consultants Group Ltd.
    • Promaxis Systems Inc
    • Quallium Corporation
    • Randstad Interim Inc.
    • RHEA INC.
    • S.I. SYSTEMS ULC
    • SÉLECT GLOBAL INTERNATIONAL LTÉE.
    • SoftSim Technologies Inc.
    • Space Strategies Consulting Ltd
    • T.E.S. Contract Services INC.
    • The AIM Group Inc.
    • THE LANSDOWNE CONSULTING GROUP INC.
    • Thinkpoint Inc.
    • TRM Technologies Inc.
    • Valcom Consulting group Inc.
    • Veritaaq Technology House Inc.

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: NATO SECRET
    Security Level required (Document Safeguarding): None
    Citizen Restriction: Canadian

    For additional information, consult Part 6 – Security 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 Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    Location of Work :

    Region: National Capital Region

    Specific Location: 1600 Star Top Road, Ottawa, Ontario

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: David Puff
    Email: david.puff@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    Business address

    770 Palladium Drive, 4th Floor

    Ottawa, Ontario, K2V 1C8
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 24 month(s), from 2023/08/18 to 2025/08/21.

    Commodity - UNSPSC

    • 80100000 - Management advisory services

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras 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-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address

    101 Colonel By Drive

    Ottawa, On, K1A 0K2
    Canada
    Contracting authority
    David Puff
    Phone
    345521168
    Email
    david.puff@forces.gc.ca
    Date modified: