SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 

TSPS - Evaluation Services

Solicitation number W6369-22-X001/A

Publication date

Closing date and time 2021/10/13 14:00 EDT

Last amendment date


    Description

    Task Based Professional Services (TSPS) Requirement

    This requirement is for the Department of National Defence (DND).

    This bid solicitation cancels and supersedes previous bid solicitation number W6369-22-X001 dated July 9, 2021 with a closing of August 4, 2021 at 2:00pm EDT.

    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualified under Tier 1 for the following stream:

    1. Business Consulting / Change Management

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

    1270665 Ontario Inc.

    2147729 ONTARIO CORPORATION

    A Hundred Answers Inc.

    Accenture Inc.

    ACF Associates Inc.

    ADGA Group Consultants Inc.

    AECOM Canada Ltd.

    AERIC INC

    ALITHYA CANADA INC

    ALTRUISTIC INFORMATICS CONSULTING INC.

    Avascent Canada ULC

    Baiame Technology and Consulting Limited

    BDO Canada LLP

    Bell Browne Molnar and Delicate Consulting Inc.

    BMT CANADA LTD.

    BurntEdge Incorporated

    Calian Ltd.

    Canadian Development Consultants International Inc.

    Cathexis Consulting Inc.

    CGI Information Systems and Management Consultants Inc.

    CloseReach Ltd.

    Cofomo Ottawa

    Colliers Project Leaders Inc.

    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture

    Confluence Consulting Inc.

    CORE Software Corp

    CPCS Transcom Limited

    CVL INFORMATION SOLUTIONS INC.

    Dare Human Resources Corporation

    Deloitte Inc.

    DLS Technology Corporation

    DPRA Canada Incorporated

    Eclipsys Solutions Inc

    Econ Inc.

    Ernst & Young LLP

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    FERENCE & COMPANY CONSULTING LTD.

    FMC Professionals Inc.

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    Gelder, Gingras & Associates Inc.

    Goss Gilroy Inc.

    Groupe Intersol Group Ltee.

    Hackett Consulting Inc.

    HDP Group Inc

    Hickling, Arthurs, Low Corporation

    Holonics Inc.

    Human Resource Systems Group Ltd.

    HumanSystems Incorporated

    IBM Canada Limited/IBM Canada Limitée

    IDS Systems Consultants Inc.

    InterVISTAS Consulting Inc.

    IT/Net - Ottawa Inc.

    Kelly Sears Consulting Group

    KORN FERRY (CA) LTD. KORN FERRY (CA) LTEE.

    KPMG LLP

    Lansdowne Technologies Inc.

    Le Groupe Conseil Bronson Consulting Group

    Lean Agility Inc.

    LNW Consulting Inc

    Maplesoft Consulting Inc.

    McKinsey & Company Canada

    MGIS Inc.

    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    MNP LLP

    Modis Canada Inc

    NewLeaf Performance Inc.

    Nortak Software Ltd.

    Orbis Risk Consulting Inc.

    PGF Consultants Inc.

    Posterity Group Consulting Inc,

    POSTERITY GROUP CONSULTING INC., F S MATRIX INC., in joint venture

    PRA Inc.

    Pricewaterhouse Coopers LLP

    QATALYST RESEARCH GROUP INC.

    QMR Staffing Solutions Incorporated

    QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES INC. IN JOINT VENTURE

    Quallium Corporation

    R.A. Malatest & Associates Ltd.

    Raymond Chabot Grant Thornton Consulting Inc.

    Research Power (N.S.) Inc.

    RESEAU CIRCUM INC.

    RHEA INC.

    Risk Sciences International Inc.

    Samson & Associés CPA/Consultation Inc

    Science-Metrix Inc.

    Sia Partners Inc. / Sia Partenaires Inc.

    Sierra Systems Group Inc.

    Space Strategies Consulting Ltd

    Stratos Inc

    Systemscope Inc.

    Taligent Consulting Inc.

    TDV Global inc.

    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture

    The Avascent Group, Ltd.

    The Institute on Governance

    The Social Research and Demonstration Corporation

    The Strategic Review Group Inc.

    The Universalia Management Group Ltd.

    Tiree Facility Solutions Inc.

    WSP CANADA INC.

    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Description of the Requirement:

    The Department of National Defence (DND) has a requirement for Task Based Professional Services, specifically Business Consulting / Change Management Stream of the TSPS Solutions-based Supply Arrangement.

    It is intended to result in the award of one (1) contract for approximately one (1) year, plus four (4) one-year irrevocable options allowing Canada to extend the term of the contract.

    Level of Security Requirement:

    Reliability

    Applicable Trade Agreements:

    World Trade Organization Agreement on Government Procurement (WTO-AGP);

    Canadian Free Trade Agreement (CFTA); and

    Canada-European Union Comprehensive Economic and Trade Agreement (CETA).

    Associated Documents:

    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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Proposed Period of Contract:

    The proposed period of contract shall be from date of contract to 30 June 2022 (estimate).

    File Number: W6369-22-X001/A

    Contracting Authority: Jeremy Quattrocchi

    Phone Number: 819-939-4282

    E-Mail: Jeremy.Quattrocchi@forces.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-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Atlantic Procurement Agreement
    • 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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Quattrocchi, Jeremy
    Phone
    819-939-4282
    Email
    jeremy.quattrocchi@forces.gc.ca
    Address
    105 Rue De l'Hôtel-de-Ville
    Gatineau, QC, J8X 4H7
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    World
    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: