Organizational Design and Classification consultants
Solicitation number 20210503-IRB
Publication date
Closing date and time 2021/08/25 14:00 EDT
Last amendment date
Description
TASK Based Professional Services (TSPS) Requirement
Please note that the TSPS NPP MUST be published simultaneously with the issuance of the invitation to suppliers.
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:
1.2 Organizational Design and Classification Consultants.
The following SA Holders have been invited to submit a proposal:
1. Altis Human Resources (Ottawa) Inc.
2. Breckenhill Inc.
3. Coradix technology Consulting Ltd.
4. Dare Human Resources Corporation
5. Deloitte Inc.
6. Gelder, Gingras & Associates Inc.
7. Hackett Consulting Inc.
8. Kelly Sears Consulting Group
9. Korn Ferry (CA) Ltd.
10. KPMG LLP
11. Lannick Contract Solutions Inc.
12. Lumina IT inc.
13. MGIS Inc.
14. NewLeaf Performance Inc.
15. Pricewaterhouse Coopers LLP
**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 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:
The Immigration and Refugee Board of Canada (IRB) has a requirement for Organizational Design and Classification Consultants to prepare a comprehensive review of IRB’s organizational structure of the two (2) Refugee divisions and a requirement for a review of the non-adjudicative functions of all the divisions
Objective and Scope of Work:
At this challenging time, where the IRB is changing its organizational structure to account for the introduction of virtual hearings, a new digital strategy, a move towards a more national approach and the rapid growth of the IRB, professional consulting services are required to review and analyze the current organizational structure in order to propose an adjudicative structure (to two levels below the deputy chairpersons, or more than two organizational levels if needed to reach the current Coordinating Member positions) for the Refugee Protection Division (RPD) and the Refugee Appeal Division (RAD). This work is pressing given the continued growth of the IRB and the opportunities and pressures to transform operating models post-pandemic. In addition, as a secondary task, a structure for non-adjudicative functions is needed in each of the divisions. This structure will ideally be scalable – to account for the different sizes of the divisions – but provide some consistency in the structure, type and ratio of non-adjudicative support and integrate well with the services provided by the Executive Director sector.
Proposed organizational designs will also need to consider the upcoming conversion of the classification standard for the PA occupational group, especially but not uniquely for the Coordinating Members. The majority of employees at the IRB are part of the PA occupational group, including the decision-makers in the RPD and the Immigration Division ( ID).
The IRB requires Human Resources expertise in Organizational Design and Classification, the complement of which can be identified by the Bidder.
Level of Security Requirement:
Company Minimum Security Level Required: Reliability
Resources 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 is from contract award date to March 31, 2022.
Estimated Level of Effort:
The estimated level of effort of the contract is Approx. 6 months to complete.
File Number: 20210503-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)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Immigration and Refugee Board
- Address
-
344 Slater StreetOttawa, Ontario, K1A0K1Canada
- Contracting authority
- Fevry, Naomie
- Email
- IRB.Procurement-Acquisitions.CISR@irb-cisr.gc.ca
- Address
-
344 SlaterOttawa, ON, K1A 0K1CA
Buying organization(s)
- Organization
-
Immigration and Refugee Board
- Address
-
344 Slater StreetOttawa, Ontario, K1A0K1Canada
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.