SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Task Based Professional Services (TSPS) Requirement (W8484-220125)

Status Awarded

Contract number W8484-220125

Solicitation number W8484-220125

Publication date

Contract award date

Contract value

CAD 368,662.50

    Description

    This contract was awarded to:

    Raymond Chabot Grant Thornton Consulting Inc.

    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 Stream and the Project Management Services Stream.

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

    List of companies

    1 A Hundred Answers Inc.

    2 Accenture Inc.

    3 ACF Associates Inc.

    4 ADGA Group Consultants Inc.

    5 AECOM Canada Ltd.

    6 ALITHYA CANADA INC

    7 ALTRUISTIC INFORMATICS CONSULTING INC.

    8 Avascent Canada ULC

    9 BDO Canada LLP

    10 BMT CANADA LTD.

    11 BurntEdge Incorporated

    12 Calian Ltd.

    13 Canadian Development Consultants International Inc.

    14 CGI Information Systems and Management Consultants Inc.

    15 Cofomo Ottawa

    16 Colliers Project Leaders Inc.

    17 Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture

    18 Confluence Consulting Inc.

    19 CORE Software Corp

    20 CPCS Transcom Limited

    21 CVL INFORMATION SOLUTIONS INC.

    22 Deloitte Inc.

    23 DLS Technology Corporation

    24 DPRA Canada Incorporated

    25 Eclipsys Solutions Inc

    26 Econ Inc.

    27 Ernst & Young LLP

    28 eVision Inc., SoftSim Technologies Inc. in Joint Venture

    29 FMC Professionals Inc.

    30 Gelder, Gingras & Associates Inc.

    31 HDP Group Inc

    32 Holonics Inc.

    33 Human Resource Systems Group Ltd.

    34 IBM Canada Limited/IBM Canada Limitée

    35 IDS Systems Consultants Inc.

    36 IT/Net - Ottawa Inc.

    37 KPMG LLP

    38 Lansdowne Technologies Inc.

    39 Le Groupe Conseil Bronson Consulting Group

    40 LNW Consulting Inc

    41 McKinsey & Company Canada

    42 MGIS Inc.

    43 MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    44 Modis Canada Inc

    45 NewLeaf Performance Inc.

    46 Nortak Software Ltd.

    47 Orbis Risk Consulting Inc.

    48 PGF Consultants Inc.

    49 Posterity Group Consulting Inc,

    50 POSTERITY GROUP CONSULTING INC., F S MATRIX INC., in joint venture

    51 Pricewaterhouse Coopers LLP

    52 QMR Staffing Solutions Incorporated

    53 QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES INC. IN JOINT VENTURE

    54 Quallium Corporation

    55 Raymond Chabot Grant Thornton Consulting Inc.

    56 Sierra Systems Group Inc.

    57 Stratos Inc

    58 Systemscope Inc.

    59 Taligent Consulting Inc.

    60 TDV Global inc.

    61 TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture

    62 The Strategic Review Group Inc.

    63 Tiree Facility Solutions Inc.

    64 WSP CANADA INC.

    65 Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    66. Cistel Technology Inc.

    67. Samson

    68. Tech4Soft Inc

    69 TAG HR

    70 HubSpoke Inc.

    71 OpenFrame Technologies, Inc.

    72 S.i. Systems

    73 Altis Recruitment

    74 Thomas & Schmidt

    75 Leo-Pisces Services Group Inc. (LPSG)

    76 The Halifax Group

    77 Valcom Consulting Group Inc.

    78 TRM Technologies Inc.

    79 Newfound Recruiting

    80 Mindwire Systems Ltd

    81 Access Corporate Technologies Inc.

    82 Promaxis Systems Inc.

    83 Maverin Business Services

    84 MDOS Consulting Inc.

    85 Zernam Enterprise Inc.

    Description of the Requirement:

    DND has a requirement to obtain the services of one (1) Senior Project Leader and one (1) Senior Performance Measurement Consultant to provide professional services to assist DJR with the execution of the JRA mandate including but not limited to the production and management of the JMRP, the maintenance of the JTL and the conduct of associated activities on behalf of 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 30 September 2022. (estimated).

    Estimated Level of Effort:

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

    File Number: W8484-220125

    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
    116 Albert Street, Suite 1000
    Ottawa, Ontario, K1P 5G3
    Procurement method
    Competitive – Open Bidding
    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
    van der Starren, Adèle

    Buying organization(s)

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