Change Management Consultant

Solicitation number 202305046

Publication date

Closing date and time 2024/06/14 14:00 EDT

Last amendment date


    Description

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category(ies),

    TBIPS Stream 5: Project Management Services
    TBIPS Resource Category Level Language Profile

    P.1. Change Management Consultant 2 2 Bilingual resources
    P.1. Change Management Consultant 3 2 Bilingual resources

    The following SA Holders have been invited to submit a proposal:
    1. Deloitte Inc
    2. I4C Information Technology Inc
    3. Maplesoft Consulting Inc
    4. Portage Personnel Inc
    5. S.I. Systems Inc
    6. The AIM Group
    7. The Right Door Consulting and Solutions Inc
    8. ADGA Group Consultants Inc.
    9. Cache Computer Consulting Corp.
    10. Unisys Canada Inc.
    11. eVision Inc., SoftSim Technologies Inc. in Joint Venture
    12. Four Point Solutions Ltd.
    13. Lean Agility Inc.
    14. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    15. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture


    Description of Work:
    The Royal Canadian Mounted Police (RCMP) requires the professional services of change management resources in support of projects that fall under the Chief Financial Officer’s portfolio on an “as and when requested” basis. Not all resources may be required at the same time, or for the same project.
    - Bidders must submit a bid for all resource categories

    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: RCMP Enhanced Reliability

    Anticipated Start Date: Dependent on security clearances
    Estimated Delivery Date: 2 firm years + 3 option years from date anticipated start date

    Important Notice to Bidders:

    Conditional Set-Aside Under the Procurement Strategy for Indigenous Business

    This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business.

    In order to be considered, the Bidder must certify that it qualifies as an Indigenous business as defined under PSAB and that it will comply with all requirements of PSAB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted.

    For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.

    Indigenous Procurement:

    The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory
    Inquiries
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. 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 “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.‐NCRIMOS@pwgsc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2024/07/05.

    Trade agreements

    • 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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Carmelia DaSilva
    Address

    73 Leikin Drive

    Ottawa, ON, K1A 0R2
    Canada
    Contracting authority
    Carmelia DaSilva
    Phone
    (343) 598-9680
    Email
    Carmelia.Dasilva@rcmp-grc.gc.ca
    Address

    73 Leikin Drive

    Ottawa, Ontario, K1A 0R2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Cost-per-Point

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: