Labour Relations Support to Federal Schools

Solicitation number 1000187891/A

Publication date

Closing date and time 2017/03/22 15:00 EDT


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: Indian Affairs and Northern Development Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1for the following category(ies): Employee Relations Consultant

    This bid solicitation cancels and supersedes previous bid solicitation number 1000187891 dated January 26, 2017 with a closing of February 10, 2017 at 12:00 HRS (PST). A debriefing or feedback session will be provided upon request to bidders/offerors/suppliers who bid on the previous solicitation.

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

    1. 1019837 Ontario Inc.
    2. 3056058 Canada Inc.
    3. 8005931 Canada Inc.
    4. ADRM Technology Consulting Group Corp. and Randstad Interim Inc.
    5. Altis Human Resources (Ottawa) Inc.
    6. Calian Ltd.
    7. Dare Human Resources Corporation
    8. Econ Inc.
    9. Excel Human Resources Inc.
    10. IBM Canada Ltd.
    11. Maplesoft Consulting Inc.
    12. QMR Staffing Solutions Incorporated
    13. TAG HR The Associates Group Inc.
    14. The AIM Group Inc.
    15. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Description of the Requirement:

    The Department of Indian Affairs and Northern Development Canada – Ontario Region, Toronto office, requires the services of an Employee Relations Consultant. DIAND administers five “Federal Schools”. The consultant will be required to perform a majority of the work at the Toronto office and make site visits to the Federal Schools in Ontario located in: Six Nations and Tyendinaga Territories. These five schools require a professional labour relations consultant to be able to provide assistance in development and enacting responses and proactive strategies to labour relations issues, collecting and analyzing data, and providing recommendations to senior management.

    Availability to travel from the Toronto office on short notice (within 24 hours) is crucial to the service delivery required in the resulting contract. The consultant must meet the minimum education of a University Masters Degree, have a minimum of two years’ experience working with Indigenous unionized employees.

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada

    NATO

    Foreign

     Protected A

     NATO Unclassified

     Protected A

    * Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: _________________________________

    Resource Minimum Security Level Required

    Canada

    NATO

    Foreign

     Protected A

     NATO Unclassified

     Protected A

    * Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: _________________________________

    Applicable Trade Agreements:

    The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).

    Proposed period of contract:

    The proposed period of contract shall be from contract award to December 31, 2017.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 100 days.

    File Number: 1000187891/A

    Contracting Authority: Bonnie David

    Phone Number: 604-562-6865

    Fax Number: 604-775-7159

    E-Mail: bonnie.david@aandc-aadnc.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

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    David, Bonnie
    Phone
    604-562-6865
    Email
    bonnie.david@aandc-aadnc.gc.ca
    Address
    1138 Meliville Street
    Vancouver, BC, V6E 4S3
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding