SOLUTIONS BASED E60ZN-13TSSB/B PROFESSIONAL SERVICES REQUIREMENT

Status Awarded

Contract number DND13/0025984/A

Solicitation number DND13/0025984/A

Publication date

Contract award date

Contract value

CAD 127,831.25

    Description

    This contract was awarded to:

    Goss Gilroy Inc.
    NOTICE OF PROPOSED PROCUREMENT
    
    This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS).
    
    SOLUTIONS BASED E60ZN-13TSSB/B PROFESSIONAL SERVICES REQUIREMENT
    
    FILE NUMBER: DND13/0025984/A
    TIER 1 (< $2M)
    
    This requirement is for the Department of National Defence (DND). 
    
    This requirement is for the services of the: Business Consulting / Change Management Stream
    
    Number of Contracts: One contract to be awarded.
    
    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).
    
    Location of Work to be Performed
    
    Region(s): National Zone / Canada Wide
    Specific Location(s): National Capital Region
    
    Security Requirement
    
    Security Requirements Check List: Common PS SRCL # 6
    Supplier Security Clearance required: Designated Organization Screening – Reliability Status
    Security Level required (Document Safeguarding): None
    
    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.
    
    File Number: DND13/0025984/A
    DND POC: Kim Seguin
    E-Mail: Kim.Seguin@forces.gc.ca
    
    DND requires services in the Business Consulting / Change Management Services Stream. This requirement will be from date of award to seven (7) months later.
    
    Documents may be submitted in either official language of Canada.
    
    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) at: spts.tsps@tpsgc-pwgsc.gc.ca. 
    
    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-canada/register-as-a-supplier/register-to-provide-services. 
    
    
    
    List of Pre-Qualified Suppliers
    
    This requirement is open only to the following companies who qualified under the stated Stream(s), security level, region and tier:
    
    
    1.	1270665 Ontario Inc.
    2.	168446 Canada Inc.
    3.	2Keys Corporation
    4.	3149455 Canada Inc.
    5.	4058721 Canada Ltd
    6.	A Hundred Answers Inc.
    7.	Accenture Inc.
    8.	ACF Associates Inc.
    9.	ADGA Group Consultants Inc.
    10.	ALTRUISTIC INFORMATICS CONSULTING INC.
    11.	AMBiT Consulting Inc.
    12.	Auguste Solutions and Associates Inc.
    13.	BMT Fleet Technology Limited
    14.	CGI Information Systems and Management Consultants Inc.
    15.	Confluence Consulting Inc.
    16.	CORE Software Corporation Inc. and Acquium Inc in Joint Venture
    17.	CPCS Transcom Limited
    18.	Dare Human Resources Corporation
    19.	Deloitte Inc.
    20.	DONNA CONA INC., Northcore Technologies Inc. IN JOINT VENTURE
    21.	Ernst & Young LLP
    22.	Esper Consulting Inc.
    23.	Euroconsult North America
    24.	eVision Inc., SoftSim Technologies Inc. in Joint Venture
    25.	FMC Professionals Inc & Lean Advisors Inc. In Joint Venture
    26.	FoTenn Consultants Inc.
    27.	Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    28.	Gartner Group Canada Co
    29.	Gelder, Gingras & Associates Inc.
    30.	Goss Gilroy Inc.
    31.	Groupe Intersol Group Ltee.
    32.	Hackett Consulting Inc.
    33.	Hart & Associates Management Consultants Ltd
    34.	Hay Group Limited
    35.	Healthtech Inc.
    36.	Hickling, Arthurs, Low Corporation
    37.	Holonics Inc.
    38.	Human Resource Systems Group Ltd.
    39.	IBM Canada Ltd.
    40.	IDS Systems Consultants Inc.
    41.	Interis Consulting Inc.
    42.	International Safety Research Inc.
    43.	IT/Net – Ottawa Inc.
    44.	Kelly Sears Consulting Group
    45.	Knightsbridge Human Capital Inc
    46.	Le Groupe Conseil Bronson Consulting Group
    47.	MHPM Project Managers Inc.
    48.	Modis Canada Inc
    49.	Nortak Software Ltd.
    50.	Optimus SBR Inc.
    51.	PGF Consultants Inc.
    52.	Power Analysis Inc.
    53.	Pricewaterhouse Coopers LLP
    54.	PROGRAM EVALUATION AND BEYOND INC.
    55.	QMR Staffing Solutions Incorporated
    56.	QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES INC. IN JOINT VENTURE
    57.	Quallium Corporation
    58.	Raymond Chabot Grant Thornton Consulting Inc.
    59.	RESEAU CIRCUM INC.
    60.	Samson & Associés CPA/Consultation Inc.
    61.	Science-Metrix Inc.
    62.	Sierra Systems Group Inc.
    63.	Systemscope Inc.
    64.	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
    65.	TDV Global inc.
    66.	The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    67.	The Strategic Review Group Inc.
    68.	Tiree Facility Solutions Inc.
    69.	TNS Canadian Facts
    70.	Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    Business address
    Ottawa, Ontario,
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019BF - Human Resource Services, Business Consulting/Change Management; Project Management Services
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Seguin, Kim
    Email
    KIM.SEGUIN@FORCES.GC.CA
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada