Task Based Professional Services (TSPS) Requirement

Status Awarded

Contract number W8484-220126

Solicitation number W8484-220126

Publication date

Contract award date

Contract value

CAD 187,933.13

    Description

    This contract was awarded to:

    Calian LTD.

    Task Based Professional Services (TSPS) Requirement

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

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS/D who qualified under Tier 1 for the Business Consultant Category.

    The following SA Holders have been invited to submit a proposal.

    1.Accenture Inc.

    2. ACF Associates Inc.

    3. Adecco Employment Services Limited/Services de placement Adecco Limited

    4. Altis Human Resources (Ottawa) Inc.

    5. BEVA Global Management Inc.

    6. Calian Ltd.

    7. Coradix technology Consulting Ltd.

    8. Deloitte Inc.

    9. Eperformance Inc.

    10. Ernst & Young LLP

    11. Excel Human Resources Inc.

    12. Human Resource Systems Group Ltd.

    13. IBISKA Telecom Inc.

    14. KPMG LLP

    15. Lannick Contract Solutions Inc.

    16. Lumina IT inc.

    17. Maplesoft Consulting Inc.

    18 Modis Canada Inc

    19. NewLeaf Performance Inc.

    20. Nisha Technologies Inc.

    21. Prologic Systems Ltd.

    22. Promaxis Systems Inc

    23. QMR Staffing Solutions Incorporated

    24. Quantum Management Services Limited / Les services de gestion Quantum Limitée

    25. Randstad Interim Inc.

    26. Risk Sciences International Inc.

    27. S.I. SYSTEMS ULC

    28. Stratogrid Inc.

    29. TAG HR The Associates Group Inc.

    30. Thomas&Schmidt Inc.

    31. Valcom Consulting group Inc.

    Description of the Requirement:

    DND has a requirement to obtain the services of one (1) Senior Business Analyst to provide professional services to assist Director of Joint Readiness (DJR) with the execution of the Director Readiness Authority (JRA) mandate including but not limited to the production and management of the Joint Managed Readiness Programme (JMRP), the maintenance of the Joint Task List (JTL) and the conduct of associated activities on behalf of Canadian Joint Operational Command (CJOC), in direct support to exercises and operations.

    It is intended to result in the award of one (1) contract for approximately one (1) year, plus two (2) one-year irrevocable options allowing Canada to extend the term of the contract.

    Level of Security Requirement: Secret

    Applicable Trade Agreements:

    World Trade Organization Agreement on Government Procurement (WTO-AGP)

    Canada-Chile Free Trade Agreement (CCFTA)

    Agreement on Internal Trade (AIT)

    Canadian Free Trade Agreement (CFTA)

    Canada-Peru Free Trade Agreement (CPFTA)

    Canada-Columbia Free Trade Agreement (CColFTA)

    Canada-Panama Free Trade Agreement (CPanFTA)

    Canada-Honduras Free Trade Agreement (CHFTA)

    Canada-Korea Free Trade Agreement (CKFTA)

    Associated Documents:

    Request for Proposal (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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Proposed Period of Contract:

    The proposed period of contract shall be from the date of contract award to 31 August 2022. (estimated).

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 250 days.

    File Number: W8484-220126

    Contracting Authority: Adèle van der Starren

    E-Mail: adele.vanderstarren@forces.gc.ca

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA.

    Business address
    770 Palladium Drive
    Ottawa, ON, K2V 1C8
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019AB - Professional Services / Program Advisory Services
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    National Defence Headquarters
    Address
    101 Colonel By Drive
    Ottawa, Ontario, K1A 0K2

    Buying organization(s)

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