TSPS SA – One (1) Senior Organizational Design and Classification Consultant

Solicitation number W8486-239000/A

Publication date

Closing date and time 2023/02/22 14:00 EST


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-238900/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Senior Organizational Design and Classification Specialist Stream 1, Human Resources Services. The intent of this solicitation is to establish one (1) Contract for one (1) initial year, with the option to extend the term of the Contract by up to two (2) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.

    Time Frame of Delivery: ASAP

    Documents may be submitted in either official language of Canada.

    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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).

    The TSPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TSPS, please contact Public Works and Government Services Canada (PWGSC).

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services.

    List of Pre-Qualified Suppliers :

    This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:

    1019837 Ontario Inc.

    1155238 Ontario Inc

    3149455 Canada Inc.

    4Forward Inc.

    4Plan Consulting Corp.

    7320931 Canada Ltd.

    7792395 Canada Inc.

    8005931 Canada Inc

    8513929 Canada Inc.

    9468269 Canada Corp.

    Accenture Inc.

    Access Corporate Technologies Inc.

    Acosys Consulting Services Inc.

    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., THE HALIFAX COMPUTER CONSULTING GROUP INC., in Joint Venture

    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

    BDO Canada LLP

    BEVA Global Management Inc.

    Boreala Management Inc

    BP & M Government IM & IT Consulting Inc.

    Breckenhill Inc.

    BRING Management Solutions Inc.

    BRYCA Solutions Inc.

    BurntEdge Incorporated

    C-Level Executive Solutions LP

    C.B.-Z. Inc

    Calian Ltd.

    CGI Information Systems and Management Consultants Inc.

    Change Group Limited

    CloseReach Ltd.

    Cofomo Ottawa

    Confluence Consulting Inc.

    Conoscenti Technologies Inc.

    Contract Community Inc.

    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE

    Coradix technology Consulting Ltd.

    CPCS Transcom Limited

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Dare Human Resources Corporation

    Deloitte Inc.

    Diane Brousseau & Associates Inc.

    Donna Cona Inc.

    Econ Inc.

    Elevated Thinking Inc.

    Ernst & Young LLP

    EspaceRH Inc

    Évaluation Personnel Sélection International Inc.

    Excel Human Resources Inc.

    Fast Track Staffing, 49 Solutions in Joint Venture

    Gallagher Benefit Services (Canada) Group Inc.

    Gelder, Gingras & Associates Inc.

    Goss Gilroy Inc.

    GovInsights Consulting Inc.

    Groupe Intersol Group Ltee.

    GSI International Consulting Inc.

    Hackett Consulting Inc.

    HDP Group Inc

    Human Resource Systems Group Ltd.

    InfoCivitas Ltd.

    Integrated Learning International Inc.

    IPSS INC.

    IT/Net - Ottawa Inc.

    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

    Knockri Inc

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

    KPMG LLP

    KSAR & ASSOCIATES INC

    Kunst Solutions Corp.

    Lean Agility Inc.

    Leverage Technology Resources Inc.

    Lightning Tree Consulting Inc.

    Lumina IT inc.

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

    MacKinnon-Charlton Limited Management Consultants

    Maplesoft Consulting Inc.

    Maverin Business Services Inc.

    MaxSys Staffing & Consulting Inc.

    Messa Computing Inc.

    MGIS Inc.

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

    Mindwire Systems Ltd.

    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture

    MNP LLP

    Mobile Resource Group Inc

    Modis Canada Inc

    NALY Management Consulting Incorporated

    NATTIQ INC.

    Newfound Recruiting Corporation

    NewLeaf Performance Inc.

    Niewe Technology and Consulting Ltd.

    Nisha Technologies 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

    Paton & Associates Management Consulting Incorporated

    PGF Consultants Inc.

    PHILÉMON H PAQUETTE

    Pleiad Canada Inc.

    Portage Personnel Inc.

    Pricewaterhouse Coopers LLP

    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture

    Prologic Systems Ltd.

    PROLOGUE CONSULTANTS AND ASSOCIATES LTD.

    Promaxis Systems Inc

    Prompta Inc.

    Prosomo Inc.

    Protak Consulting Group Inc.

    QMR Staffing Solutions Incorporated

    Quallium Corporation

    Quarry Consulting Inc.

    R Douglas Williamson

    Randstad Interim Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Reticle Ventures Canada Incorporated

    RHEA INC.

    Right Management Canada Inc.

    Robertson & Company Ltd.

    Samson & Associés CPA/Consultation Inc

    Samson RH Inc.

    Sia Partners Inc. / Sia Partenaires Inc.

    Sierra Systems Group Inc.

    StrategyCorp 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.E.S. Contract Services INC.

    T.I.7 Inc.

    TAG HR The Associates Group Inc.

    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture

    TDV Global inc.

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

    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    The AIM Group Inc.

    The Avascent Group, Ltd.

    The Institute on Governance

    The Right Door Consulting & Solutions Incorporated

    The VCAN Group Inc.

    Thinkpoint Inc.

    Thomas&Schmidt Inc.

    TRM Technologies Inc.

    Ultimate Progress Leadership Group Inc.

    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Zernam Enterprise Inc

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: Reliability

    Security Level required (Document Safeguarding): None

    For additional information, consult Part 6 – Security and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    Location of Work :

    Region: National Capital Region

    Specific Location:

    • Carling Campus (60 Moodie Drive) – Ottawa, Ontario
    • Other locations within the National Capital Region or by remote work when authorized by the Technical Authority.

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Kelsey Lawrence

    Email: kelsey.lawrence2@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Kelsey Lawrence
    Email
    kelsey.lawrence2@forces.gc.ca
    Address
    455 Blvd de la Carriere
    Gatineau, QC, J8Y 6V7
    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
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Selective Tendering