TSPS Leadership Development Consultant, Intermediate (Level 2)

Solicitation number W6369-21-X030

Publication date

Closing date and time 2021/11/09 14:00 EST

Last amendment date


    Description

    Amendment #1

    Task Based Professional Services (TSPS) Requirement

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

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following categories

    Intermediate (Level 2) Leadership Development Consultant under Stream 1. Human Resources Services Stream.

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

    1101417 Ontario Inc.

    1155238 Ontario Inc

    2147729 ONTARIO CORPORATION

    3149455 Canada Inc.

    3492125 Canada Inc

    4Forward Inc.

    7159650 Canada Inc.

    7320931 Canada Ltd.

    7792395 Canada Inc.

    8005931 Canada Inc

    8231281 Canada Inc.

    8513929 Canada Inc.

    9468269 Canada Corp.

    Accenture Inc.

    Acosys Consulting Services Inc.

    Action Personnel of Ottawa-Hull Ltd

    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    Alpen Path Solutions Inc.

    Altis Human Resources (Ottawa) Inc.

    Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture

    ALTRUISTIC INFORMATICS CONSULTING INC.

    Archipelago Alliance Inc.

    ARTEMP PERSONNEL SERVICES INC

    AZUR HUMAN RESOURCES LIMITED

    BEVA Global Management Inc.

    BOYDEN ONTARIO INC.

    BP & M Government IM & IT Consulting Inc.

    BurntEdge Incorporated

    C.B.-Z. Inc

    Calian Ltd.

    Carey Stevens and Associates

    CGI Information Systems and Management Consultants Inc.

    Change Group Limited

    Cofomo Ottawa

    Confluence Consulting Inc.

    Congruence Coach Inc.

    CONSEILS STRATEGIQUES A-Z INC

    Contract Community Inc.

    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE

    CPCS Transcom Limited

    Dare Human Resources Corporation

    Deloitte Inc.

    Diane Brousseau & Associates Inc.

    Dominique Lemieux

    Donna Cona Inc.

    Econ Inc.

    Elevated Thinking Inc.

    Ernst & Young LLP

    EspaceRH Inc

    Excel Human Resources Inc.

    Foursight Consulting Group Inc.

    Goss Gilroy Inc.

    Graybridge International Consulting Inc.

    GROUPE EDGENDA INC.

    Groupe Intersol Group Ltee.

    Groupe Poliquin-Wakefield Group inc.

    Hackett Consulting Inc.

    HCM WORKS INC./HCM TRAVAIL INC.

    HDP Group Inc

    Human Resource Systems Group Ltd.

    InfoCivitas Ltd.

    IT/NET OTTAWA INC, KPMG LLP, in joint venture

    Janet LeBlanc & Associates Inc.

    Kelly Sears Consulting Group

    KILIKA Inc., A&B INFO INC., 6708790 CANADA CORP., SURUTLA TECHNOLOGIES INC. IN JOINT VENTURE

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

    KPMG LLP

    KSAR & ASSOCIATES INC

    Kunst Solutions Corp.

    Lannick Contract Solutions Inc.

    Lean Agility Inc.

    Lightning Tree Consulting Inc.

    Lumina IT inc.

    Lumina IT inc./C.B.-Z. Inc. (Joint Venture)

    Maplesoft Consulting Inc.

    Maverin Business Services Inc.

    mergespeaks Inc.

    MGIS Inc.

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

    Mindwire Systems Ltd.

    MNP LLP

    Mobile Resource Group Inc

    NATTIQ INC.

    Naut'sa mawt Resources Group, Inc.

    Naut'sa mawt Resources Group/Human Resources Systems Group Joint Venture

    Newfound Recruiting Corporation

    NewLeaf Performance Inc.

    Odgers Berndtson Canada Inc.

    Olav Consulting Corp

    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE

    Optimus SBR Inc.

    Orbis Risk Consulting Inc.

    Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE

    Peter Hadwen Consulting Inc

    PGF Consultants Inc.

    Pleiad Canada Inc.

    Portage Personnel Inc.

    Pricewaterhouse Coopers LLP

    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture

    PROLOGUE CONSULTANTS AND ASSOCIATES LTD.

    Promaxis Systems Inc

    Protak Consulting Group Inc.

    QMR Staffing Solutions Incorporated

    Quallium Corporation

    Randstad Interim Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Reticle Ventures Canada Incorporated

    Right Management Canada Inc.

    Samson & Associés CPA/Consultation Inc

    Sia Partners Inc. / Sia Partenaires Inc.

    Sierra Systems Group Inc.

    SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE

    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.

    Systemscope Inc.

    T.I.7 Inc.

    TAG HR The Associates Group Inc.

    TDV Global inc.

    The AIM Group Inc.

    The Avascent Group, Ltd.

    The Institute on Governance

    The Right Door Consulting & Solutions Incorporated

    The VCAN Group Inc.

    Thinkpoint Inc.

    TRM Technologies Inc.

    Ultimate Progress Leadership Group Inc.

    Vision Wheel Marketing Inc.

    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Zernam Enterprise Inc

    Évaluation Personnel Sélection International Inc.

    Description of the Requirement:

    The Department of National Defence (DND) has a Task Based Professional Services requirement on an “as and when requested basis” using a Task Authorization (TA) for 20 Intermediate Leadership Development Consultants to provide one on one coaching for select members of the civilian executive cadre as well as succession planned military Officers and Non Commissioned members.

    DND requires 20 resources total to fulfill the requirement. It is intended to result in the award of up to two Contracts for one year, plus two one-year irrevocable options allowing Canada to extend the term of the Contract. This requirement is for up to 10 resources per Contract: 5 resources will be evaluated at bid closing and 5 resources will be evaluated at the Task Authorization stage. If only one compliant bid is received, DND reserves the right to award one contract to fulfill the requirement. 

    Level of Security Requirement:

    There is no security requirement applicable to the Contract.

    Applicable Trade Agreements:

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

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

    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);

    Canada - Chile Free Trade Agreement (CCFTA);

    Canada - Colombia Free Trade Agreement (CCoFTA);

    Canada - Honduras Free Trade Agreement (CHTA);

    Canada - Korea Free Trade Agreement (CKFTA);

    Canada - Panama Free Trade Agreement (CPAFTA);

    Canada - Peru Free Trade Agreement (CPFTA);

    Canada - Ukraine Free Trade Agreement (CUFTA), and

    Canadian Free Trade Agreement (CFTA).

    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 one year later, plus two one-year irrevocable options allowing Canada to extend the term of the Contract (date to be specified in the resulting contract).

    Estimated Level of Effort:

    The estimated levels of effort are 96 days per year per resource.

    File Number: W6369-21-X030

    Contracting Authority: Tatiana Gonçalves

    E-Mail: tatiana.goncalves@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)
    • 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)
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Goncalves, Tatiana
    Phone
    819-939-8515
    Email
    tatiana.goncalves@forces.gc.ca
    Address
    105 Hotel de Ville
    Gatineau, QC, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

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