RCMP National Strategic Plan for Reconciliation

Solicitation number 202201463/B

Publication date

Closing date and time 2022/04/12 14:00 EDT

Last amendment date


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: Royal Canadian Mounted Police

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

    2.3 Business Consultants (1 x 2.3 Business Consultant - Intermediate 1 x 2.3 Business Consultant – Senior)

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

    • Acosys Consulting Services Inc.
    • Acosys Consulting Services Inc./ Services Conseils Acosys Inc., The Halifax Computer Consuting Group Inc., in Joint Venture
    • Adirondack Information Management Incl, The AIM Group Inc., in Joint Venture
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp., and Randstad Interim Inc.
    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    • Donnna Cona Inc.
    • Koroc Consulting Inc., Isheva Inc. in Joint Venture
    • Makwas Resourcing Inc., TPG Technology Consulting Ltd. In Joint Venture
    • Malarsoft Technology Corporation
    • Maverin Business Services Inc.
    • Mindwire Systems Ltd., Akkada Professional Services Inc., HubSpoke Inc., in Joint Venture
    • Mobile Resource Group Inc.
    • Nattiq Inc.
    • Naut’sa mawt Resources Group, Inc.
    • Nisha Technologies Inc.
    • OLAV Consulting Group., Moshwa Aboriginal Information Technology Corporation, in Joint Venture
    • Orbis Risk Consulting Inc.
    • Orbis Risk Consulting Inc., Okwaho Management Resources Inc., in Joint Venture
    • Symbiotic Group Inc.
    • T.I.7 inc.
    • Transpolar Technology Corporation and The Halifax Computer Consulting Group in Joint Venture
    • Turtle Island Staffing Inc.

    Description:

    The Royal Canadian Mounted Police (RCMP) requires the services of an intermediate and senior level Business Consultant to collaborate with the RCMP Indigenous Strategic Operations (ISO) unit to work collectively to co-develop the RCMP’s National Strategic Plan for Reconciliation. This plan will support one (1) of the five (5) organizational strategic priorities entitled "the Safety and Well-Being of Indigenous communities" to be used by the organization nationally at headquarters and in the divisions/at the community level.

    Estimated Contract Period: The contract period will be from date of contract award to September 30, 2022 with an irrevocable option to extend it for up to one (1) additional six month period. The anticipated start date is May 9, 2022.

    This procurement has been set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB.

    This procurement is set aside from all the trade agreements under the provision each has that permits the procurement to be set aside for Aboriginal business.

    Security Requirement: RCMP Facility Access, Level 2

    Basis of selection: Lowest Evaluated Price – mandatory criteria only

    Tenders must be submitted to the RCMP Bid Receiving Unit at: michelle.allen@rcmp-grc.gc.ca

    Refer to the attached tender documents to obtain further information.

    The Crown retains the right to negotiate with any supplier on any procurement.

    Documents may be submitted in either official language of Canada.

    Procuring Office: Michelle Allen, Royal Canadian Mounted Police, Contracting and Procurement, 73 Leikin Drive, Ottawa, ON K1A 0R5

    Telephone: 343-572-4945

    Email: michelle.allen@rcmp-grc.gc.ca

    The RCMP has published its National Procurement Plan at http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan.

    Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at http://www.buyandsell.gc.ca/tenders. Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.

    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

    • Set-Aside Program for Aboriginal Business (SPAB)
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Allen, Michelle
    Phone
    343-572-4945
    Email
    michelle.allen@rcmp-grc.gc.ca
    Address
    73 Leikin Drive
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Bidding details

    Summary information

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