Business Consulting Services

Solicitation number W2037-190008/A

Publication date

Closing date and time 2018/08/20 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / 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: 
    
    This requirement is for: The Department of National Defence - Canadian Forces School of Communications and Electronics
    
    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 1 for the following categories: Business Architect and Business Analyst.
    
    The following SA Holders have been invited to submit a proposal. 
    
    1. 4Plan Consulting Corp.
    2. Accenture Inc.
    3. Adecco Employment Services Limited/Services de placement Adecco         Limited
    4. BP & M Government IM & IT Consulting Inc.
    5. Calian Ltd.
    6. Colliers Project Leaders Inc.
    7. Deloitte Inc.
    8. Eagle Professional Resources Inc.
    9. Ernst & Young Professional Resources Inc.
    10. Foursight Consulting Group Inc.
    11. Global Advantage Consulting Group Inc. (Ottawa)
    12. KPMG LLP
    13. Le Group Conseil Bronson Consulting Group
    14. LNW Consulting Inc.
    15. Somos Consulting Group Ltd.
    
    Description of the Requirement:
    
    The Department of National Defence - Canadian Forces School of Communications and Electronics has a requirement for business consulting services in support of the development and institutionalization of Command Support Capabilities.
    
    Level of Security Requirement: 
    
    Company Minimum Security Level Required
    
    Canada              
    X Protected A      
    X Protected B      
    X Protected C   
    X Confidential     
    X Secret   
    
    Special comments: Must hold a valid Facility Security Clearance at the level of SECRET.
    
    Resource Minimum Security Level Required
    
    Canada             
    X Protected A     
    X Protected B    
    X Protected C     
    X Confidential  
    X Secret    
                       
    Special comments: must EACH hold a valid personnel security screening at the level of RELIABLITY STATUS, CONFIDENTIAL or SECRET.
    
    
    Applicable Trade Agreements:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    
    Proposed period of contract:
    
    The proposed period of contract shall be from October 1, 2018 to March 31, 2019.
    
    
    Estimated Level of Effort:
    
    The estimated level of effort of the contract will be for 125 days. 
    
    
    File Number:    W2037-190008
    
    Contracting Authority: Julie Adler Brooks
    
    Phone Number:  905-615-2467
    
    Fax Number:   905-615-2023
    
    E-Mail:   Julie.adlerbrooks@pwgsc.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 
    
    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)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Adler Brooks, Julie
    Phone
    (905) 615-2467 ( )
    Email
    julie.adlerbrooks@pwgsc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

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

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    English
    20
    002
    French
    3
    001
    English
    48
    001
    French
    4

    Access the Getting started page for details on how to bid, and more.

    Summary information

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