TSPS - Business Consulting / Change Management - level 2 & 3

Status Awarded

Contract number W8482-4501409455

Solicitation number W8482-168363

Publication date

Contract award date

Contract value

CAD 157,272.00

    Description

    This contract was awarded to:

    Lansdowne Technologies 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).

    TASK BASED PROFESSIONAL SERVICES REQUIREMENT E60ZN-15TSPS/B

    FILE NUMBER: W8482-168363

    TIER 1 (< $2M)

    This requirement is for the Department of National Defence (DND).

    This requirement is for the: Business Consulting / Change Management Stream

    For the services of:

    One (1), Business Consultant, Level 3.

    One (1), Business Process Consultant, Level 2.

    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 Capital Region

    Specific Location(s): 455 boulevard de la Carrière, Gatineau QC and National Defence Headquarters (NDHQ), 101 Colonel By Drive, Ottawa ON

    Security Requirement

    Security Requirements Check List: Common PS SRCL #2

    Supplier Security Clearance required: 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: W8482-168363

    DND POC: Evan LeCouvie

    E-Mail: evan.lecouvie@forces.gc.ca

    Description: DND requires the services of one (1) Business Consultant and one (1) Business Process Consultant. This requirement will be for one year from date of award. The Contractors shall support the Royal Canadian Navy (RCN) by conducting a Functional Review of Naval Logistics.

    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 consultant categories, level of expertise, security level, region and tier:

    1. ADGA Group Consultants Inc.

    2. Calian Ltd.

    3. Guardian Business Group Inc.

    4. HDP Group Inc

    5. Maplesoft Consulting Inc.

    6. Mindwire Systems Ltd.

    7. Nortak Software Ltd.

    8. Pricewaterhouse Coopers LLP

    9. Protak Consulting Group Inc.

    10. Randstad Interim Incorporated

    11. RESOLVE REAL PROPERTY EXPERTISE INC., SITE ECONOMICS LTD., IN JOINT VENTURE

    12. SC Business Strategies Group Inc

    13. TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.

    14. Valcom Consulting group Inc.

    15. Veritaaq Technology House Inc.

    Should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement system. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the solicitation process, they may not be reflected in a bid solicitation amendment.

    Business address
    1001-275 Slater Street
    Ottawa, Ontario, K1P 5H9
    Canada
    Procurement method
    Competitive – Selective Tendering
    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
    Evan LeCouvie
    Phone
    819-939-3803
    Address
    D Mar P 3-3-4

    Buying organization(s)

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