Organizational Design and Classification consultants – A team consisting of at least one (1) Intermediate (Level 2) or higher Resource

Solicitation number 20211102-IRB

Publication date

Closing date and time 2021/11/26 14:00 EST


    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 – A team consisting of at least one (1) Intermediate (Level 2) or higher Resource.

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

    1. 1019837 Ontario Inc.

    2. Accenture Inc.

    3. Altis Human Resources (Ottawa) Inc.

    4. Breckenhill Inc.

    5. CloseReach Ltd.

    6. Coradix technology Consulting Ltd.

    7. Dare Human Resources Corporation

    8. Deloitte Inc.

    9. Ernst & Young LLP

    10. Gelder, Gingras & Associates Inc.

    11. Hackett Consulting Inc.

    12. HDP Group Inc

    13. InfoCivitas Ltd.

    14. Kelly Sears Consulting Group

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

    16. KPMG LLP

    17. Lannick Contract Solutions Inc.

    18. Lumina IT inc.

    19. Maplesoft Consulting Inc.

    20. MGIS Inc.

    21. Mindwire Systems Ltd.

    22. NATTIQ INC.

    23. NewLeaf Performance Inc.

    24. Nisha Technologies Inc.

    25. Pricewaterhouse Coopers LLP

    26. Promaxis Systems Inc

    27. QMR Staffing Solutions Incorporated

    28. T.E.S. Contract Services INC.

    29. TAG HR The Associates Group Inc.

    30. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 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 to the first ten (10) 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 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 RPD and 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 RPD and ID.

    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 September 30, 2022.

    Estimated Level of Effort:

    The estimated level of effort of the contract is Approx. 9 months to complete.

    File Number: 20211102-IRB

    Contracting Authority: Naomie Fevry

    Phone Number: 416-659-6165

    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-UK Trade Continuity Agreement (Canada-UK TCA)
    • 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 Street
    Ottawa, Ontario, K1A0K1
    Canada
    Contracting authority
    Fevry, Naomie
    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

    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