Staffing Consultants for the IRB

Solicitation number 20200760-IRB

Publication date

Closing date and time 2020/11/12 14:00 EST


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: The Immigration and Refugee Board of Canada (IRB)

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 (= $0 - $3.75M)  for the following categories:
    1.8 Staffing Consultants – Three (3) Resources
     
    The following SA Holders have been invited to submit a proposal:
    1. Action Personnel of Ottawa-Hull Ltd
    2. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    3. Altis Human Resources (Ottawa) Inc.
    4. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
    5. Archipelago Alliance Inc.
    6. Artemp Personnel Services Inc.
    7. Breckenhill Inc.
    8. Fast Track Staffing, 49 Solutions in Joint Venture
    9. HDP Group Inc
    10. Lumina IT inc.
    11. Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
    12. QMR Staffing Solutions Incorporated
    13. Randstad Interim Inc
    14. Samson & Associés CPA/Consultation Inc
    15. TAG HR The Associates Group Inc

    **Please note: So as not to impede on the efficiency of the procurement process, the IRB has decided to extend the invitation for this bid solicitation only to the first three (3) pre-qualified suppliers submitting requests that are not listed in Attachment 1 to Part 1 “List of Suppliers Invited to Bid” of the bid solicitation.

    Description of the Requirement:

    Scope of Work and Objective
    During a time of growth and transformation, where IRB is dealing with a significant intake of refugee claims, as well as results of an asylum process review and a long-term detention audit, professional consultancy services are required to help position the organization to continue to meet these significant challenges and move forward with its strategic and operational priorities. In order to meet demand, IRB is in search of HR consultants services to assist in the planning, preparation, execution, and management of staffing actions to fill roles within the organization. These actions are anticipated to fill a wide variety of position classifications and are expected to occur concurrently. In order to meet its objectives, these processes must be executed efficiently and carefully to avoid delays and any potential disputes. IRB expects to require assistance in generating an overall strategy for the organization and articulating the specific actions required within that strategy, which are expected to include: the definition of criteria for the positions to be filled, creation of assessment tools, review of applications, administration of testing and gathering of reference material, guidance on Government HR and staffing best practices, and assistance in the documentation of staffing actions.

    It is in this context a Task Based (TA) Contract under the Task Based Professional Services (TSPS) Supply Arrangement will be established in order to obtain the services of HR Staffing Consultants to assist the IRB in large scale staffing efforts to grow the organization’s capacity to adjudicate immigration and refugee cases, organizational needs, and capacity changes.

    The level of effort and duration of projects may vary (e.g. from two weeks to two+ years). The Contractor’s resources involved in both shorter and longer-term projects must be prepared to perform the same tasks repetitively. The Contractor’s resources involved in longer duration projects may be required to participate in either all of a project, or only the part of the project pertaining to their area of expertise (possibly while working in a preformed project team).

    Task Authorizations (TA) for services will be issued on an “as-and-when requested” basis. The requirements may or may not be full time depending on the requirements of the Project Authority as outlined in the TA.
    Level of Security Requirement:

    Company Minimum Security Level Required: Reliability
     
    Resource Minimum Security Level Required: Reliability

    Applicable Trade Agreements:
    The requirement is subject to the provisions of:
    - Canadian Free Trade Agreement (CFTA);
    - Canada-Chili Free Trade Agreement;
    - Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);
    - Canada-Colombia Free Trade Agreement;
    - Canada-European Union Comprehensive Economic and Trade Agreement (CETA);
    - Canada-Honduras Free Trade Agreement;
    - Canada-Korea Free Trade Agreement;
    - Canada-United States-Mexixo Agreement (CUSMA;
    - Canada-Panama Free Trade Agreement;
    - Canada-Peru Free Trade Agreement;
    - World Trade Organization Agreement on Government Procurement (WTO-AGP);

    Associated Documents: N/A

    Proposed period of contract:
    The proposed period of contract shall be from contract award date to June 30, 2022 with two (2) option year periods to end on June 30, 2024.

    Estimated Level of Effort:
    The estimated level of effort of the contract will be based on Tasks (TA’s). Approximately $300K per year.

    File Number:  20200760-IRB
    Contracting Authority: Naomie Fevry
    Phone Number: 343-549-4433
    E-Mail: IRB.Procurement-Acquisitions.CISR@irb-cisr.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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • 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-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Immigration and Refugee Board
    Address
    344 Slater Street
    Ottawa, Ontario, K1A0K1
    Canada
    Contracting authority
    Fevry, Naomie
    Phone
    343-549-4433
    Email
    IRB.Procurement-Acquisitions.CISR@irb-cisr.gc.ca
    Address
    344 Slater
    Ottawa, ON, K1A 0K1
    CA

    Buying organization(s)

    Organization
    Immigration and Refugee Board
    Address
    344 Slater Street
    Ottawa, Ontario, K1A0K1
    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering

    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: