TSPS Business Consulting, Change Management and Project Management Services

Solicitation number 5Z011-24-0109

Publication date

Closing date and time 2023/09/18 14:00 EDT

Last amendment date


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: Library and Archives Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1and under the stated consultant category, security level, region, level of expertise for the following category(ies):

    1. 2.3 Business Consultant
    2. 2.5 Business Process Consultant
    3. 2.6 Change Management Consultant
    4. 2.8 Business Architect
    5. 2.11 Information/Records Management/Recordkeeping Specialist
    6. 2.15 Facilitator Consultant
    7. 3.2 Project Manager
    8. 3.7 Procurement Specialist

    The requirement is intended to result in the award of one (1) contract.

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

    1. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    2. ADRM Technology Consulting Group Corp.
    3. BDO Canada LLP
    4. Cofomo Inc.
    5. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    6. Elevated Thinking Inc.
    7. IT/Net - Ottawa Inc.
    8. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    9. Otus Strategic Financial Business Planning Group
    10. Quarry Consulting Inc.
    11. S.I. SYSTEMS ULC
    12. Systemscope Inc.
    13. The AIM Group Inc.
    14. THE LANSDOWNE CONSULTING GROUP INC.
    15. Thomas&Schmidt Inc.

    Description of the Requirement:

    A Task Authorization (TA) – based contract will be awarded to supply the required professional services (PS) resources on an “as and when requested” basis, in the required resource categories, up to the maximum contract value and/or contract period, in the following categories:

    1. 2.3 Business Consultant
    2. 2.5 Business Process Consultant
    3. 2.6 Change Management Consultant
    4. 2.8 Business Architect
    5. 2.11 Information/Records Management/Recordkeeping Specialist
    6. 2.15 Facilitator Consultant
    7. 3.2 Project Manager
    8. 3.7 Procurement Specialist

    The work may be conducted on-site at LAC or off-site at the Contractor’s location in the National Capital Region (NCR), as identified in the TA. The Contractor’s resources will form an integrated delivery team with LAC staff and other contract personnel as appropriate to deliver planned projects.

    Level of Security Requirement:
    Security requirement for Canadian supplier: Public Works and Government Services Canada (PWGSC) file # Common-professional services security requirement check list #6
    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The contractor/offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction
    4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC
    5. The contractor/offeror must comply with the provisions of the:
    a. Security Requirements Check List and security guide (if applicable), attached at Annex C.
    b. Contract Security Manual (latest edition)

    Applicable Trade Agreements:
    • North American Free Trade Agreement (NAFTA)
    • 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)

    Proposed period of contract:

    The proposed period of contract shall be from Contract award to September 30th, 2024

    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three (3) additional one (1) year period(s) under the same conditions.

    File Number: 5Z011-24-0109

    Contracting Authority: Isabelle Legault

    Phone Number: 613-410-4428

    E-Mail: bac.receptiondesoumission-bidreceiving.lac@canada.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

    Contract duration

    The estimated contract period will be 11 month(s), with a proposed start date of 2023/10/02.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Library and Archives Canada
    Address

    550, de la Cité Blvd.

    Gatineau, Quebec, J8T 0A7
    Canada
    Contracting authority
    Isabelle Legault
    Phone
    (613) 410-4428
    Email
    bac.receptiondesoumission-bidreceiving.lac@canada.ca
    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
    National Capital Region (NCR)
    Contract duration
    11 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: