Procurement Specialists, Intermediate (TSPS)
Solicitation number W3048-19KE81/B
Publication date
Closing date and time 2019/07/15 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Procurement Specialists, Intermediate (TSPS) W3048-19KE81/B Carriere, Nancy Telephone No. - (613) 545-8764 Fax No. - (613) 545-8067 The Canadian Special Operations Forces Command (CANSOFCOM) of the Department of National Defence (DND) has a firm requirement for the services of three (3) Procurement Specialists, Intermediate Level with the option to provide an additional two (2) Procurement Specialists, Intermediate Level on an as and when request basis in support for the acquisitions of goods and services. The period of the resulting Contract will be from award to one (1) year later with the irrevocable option of four (4) one (1) year periods. It is the intention of Canada to award a one (1) contract for this request. The requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier "2" for the following category: 3. Project Management Services Stream, 3.7 Procurement Specialist, Intermediate Level List of Pre-Qualified Suppliers 1019837 Ontario Inc. 2147729 ONTARIO CORPORATION 6137318 Canada Inc. 7792395 Canada Inc. A Hundred Answers Inc. A. Net Solutions Inc. Access Corporate Technologies Inc. ACF Associates Inc. ADGA Group Consultants Inc. ADRM Technology Consulting Group Corp. ADRM Technology Consulting Group Corp. and Randstad Interim Inc Alithya Canada Inc. Altis Human Resources (Ottawa) Inc. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture ARTEMP PERSONNEL SERVICES INC Auguste Solutions and Associates Inc. BDO Canada LLP Beyond Technologies Consulting Inc. BMT CANADA LTD. BP & M Government IM & IT Consulting Inc. Breckenhill Inc. BurntEdge Incorporated Cache Computer Consulting Corp. CBRE Limited Colliers Technical Leaders Inc. Colliers Technical Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 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 Donna Cona Inc. Eagle Professional Resources Inc. Emerion Ernst & Young LLP eVision Inc., SoftSim Technologies Inc. in Joint Venture Excel Human Resources Inc. Fifalde Consulting Inc. FMC Professionals Inc. GEF Consulting Inc. Govan Brown & Associates Ltd. HCM WORKS INC./HCM TRAVAIL INC. HDP Group Inc Hitachi Consulting Canada Corporation HubSpoke Inc. I4C INFORMATION TECHNOLOGY CONSULTING INC IBISKA Telecom Inc. Information Management and Technology Consultants Inc. Isheva Inc. Ranakan Inc, in Joint Venture IT/Net - Ottawa Inc. Kelly Sears Consulting Group Koroc Consulting Inc. Isheva Inc. in Joint Venture KPMG LLP Lannick Contract Solutions Inc. Lansdowne Technologies Inc. Leo-Pisces Services Group Inc. Lumina IT inc. Lumina IT inc./C.B.-Z. Inc. (Joint Venture) Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE Maplesoft Consulting Inc. Maverin Business Services Inc. Messa Computing Inc. MGIS Inc. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE Mindwire Systems Ltd. Modis Canada Inc NATTIQ INC. Newfound Recruiting Corporation Nortak Software Ltd. Olav Consulting Corp Olav Consulting Corp., Moshwa Aborginal Information Technology Corporation, In Joint Venture OPUS Leaders Inc. Orbis Risk Consulting Inc. Otus Strategic Financial Business Planning Group Performance Management Network Inc. Platinum Technologies Inc. Pleiad Technologies Inc. Portage Personnel Inc. Pricewaterhouse Coopers LLP Primex Technical Management Limited Procom Consultants Group Ltd. Proex Inc. Promaxis Systems Inc. Protak Consulting Group Inc. ProVision IT Resources Ltd. QinetiQ Limited QMR Staffing Solutions Quallium Corporation Randstad Interim Inc. Raymond Chabot Grant Thorton Consulting Inc. Revay and Associates limited RHEA Inc. Robertson & Company Ltd. S.i. Systems Ltd Samson & Associes CPA/Consultation Inc. Sierra Systems Group Inc. SoftSim Technologies Inc. Somos Consulting Group Ltd. SpaceWerx Corporation Spearhead Management Canada Ltd. Strategic Relationships Solutions Inc. Strategia conseil inc. Sundiata Warren Group Inc. Symbiotic Group Inc. 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. TDV Global inc. TekSystems Canada Corp./Société TekSystems Canada Telecan Space Inc The Avascent Group, Ltd The Devon Group Ltd. The Halifax Computer Consulting Group Inc. The Right Door Consulting & Solutions Incorporated The VCAN Group Inc. Tiree Facility Solutions Inc. TPG Technology Consulting Ltd. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture TRM Technologies Inc. Tundra Technical Solutions Inc Valcom Consulting group Inc. Veritaaq Technology House Inc. WSP Canada Inc. Yoush Inc. Zernam Enterprise Inc Level of Security Requirement Supplier Security Clearance required: FSC - Secret Security Level required (Document Safeguarding): None Access to Controlled Goods: Yes 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) at: spts.tsps@tpsgc-pwgsc.gc.ca. 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. Please direct any enquiries to: Nancy Carrière Telephone: 613 545-8764 E-mail Address: nancy.carriere@pwgsc.gc.ca Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
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)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Carriere, Nancy
- Phone
- (613) 545-8764 ( )
- Email
- nancy.carriere@pwgsc-tpsgc.gc.ca
- Fax
- (613) 545-8067
- Address
-
Kingston Procurement
Des Acquisitions Kingston
86 Clarence Street, 2nd floorKingston, Ontario, K7L 1X3
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Access the Getting started page for details on how to bid, and more.
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| ABES.PROD.PW_KIN.B535.F7822.EBSU002.PDF | 002 | FR | 0 | 2019/07/04 |
| ABES.PROD.PW_KIN.B535.E7822.EBSU002.PDF | 002 | EN | 5 | 2019/07/04 |
| ABES.PROD.PW_KIN.B535.F7822.EBSU001.PDF | 001 | FR | 2 | 2019/07/03 |
| ABES.PROD.PW_KIN.B535.E7822.EBSU001.PDF | 001 | EN | 13 | 2019/07/03 |