Project & Program Advisory Services
Solicitation number E60ZR-200828/A
Publication date
Closing date and time 2020/02/05 14:00 EST
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Notice of Proposed Procurement (NPP) for the Project & Program Advisory Services This requirement is for the Digital Services Branch of Public Works and Government Services Canada. This requirement is open only to those Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) Holders under E60ZT-18TSPS who qualified under Tier 2 for the following categories: 2.3 Business Consultant: Senior, Intermediate, and Junior 2.5 Business Process Consultant: Intermediate 2.7 Needs and Research Analysis: Junior 2.8 Business Architect Consultant: Senior 3.3 Project Leader/Executive Consultant: Senior The following SA Holders have been invited to submit a proposal. 1. 1019837 Ontario Inc. 2. 2147729 Ontario Corporation 3. 4165047 Canada Inc. 4. 7792395 Canada Inc. 5. A Hundred Answers Inc. 6. Net Solutions Inc. 7. Accenture Inc. 8. Access Corporate Technologies Inc. 9. ACF Associates Inc. 10. ADGA Group Consultants Inc. 11. ADRM Technology Consulting Group Corp. 12. ADRM Technology Consulting Group Corp. and Randstad Interim Inc. 13. Alithya Canada Inc. 14. Altis Human Resources (Ottawa) Inc. 15. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture 16. Artemp Personnel Services Inc. 17. BDO Canada LLP 18. Beyond Technologies consulting Inc. 19. BMT Canda Ltd. 20. BP & M Government IM & IT Consulting Inc. 21. Breckenhill Inc. 22. BurntEdge Incorporated 23. Cache Computer consulting Group 24. Calian Ltd. 25. CGI Information Systems and Management Consultants Inc. 26. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 27. Confluence Consulting Inc. 28. Conoscenti Technologies Inc. 29. Contract Community Inc. 30. Contract Community Inc., Nisha Technologies Inc., in Joint Venture 31. Coradix Technology Consulting Ltd. 32. Dalian Enterprises and Coradis Technology Consulting, in Joint Venture 33. Dare Human Resources Corporation 34. Deloitte Inc. 35. Donna Cona Inc. 36. Eagle Professional Resources Inc. 37. Emerion 38. Ernst & Young LLP 39. Excel Human Resources Inc. 40. Foursight Consulting Group Inc. 41. Fujitsu Consulting (Canada) Inc. / Fujitsu Conseil (Canada) Inc. 42. Gris Orange Consulting Inc. 43. HCM Works Inc. / HCM Travail Inc. 44. HDP Group Inc. 45. 14C Information Technology Consulting Inc. 46. IBISKA Telecom Inc. 47. iFathom Corporation 48. Information Management and Technology Consultants Inc. 49. Integra Networks Corporation 50. IT/NET - Ottawa Inc. 51. Kelly Sears Consulting Group 52. KPMG LLP 53. Ksar & Associates Inc. 54. Lannick Contract Solutions Inc. 55. Landsdowne Technologies Inc. 56. Le Groupe Conseil Bronson Consulting Group 57. Leo-Pisces Services Group Inc. 58. Lumina IT Inc. 59. Lumina IT Inc. / C.B.-Z. Inc. (Joint Venture) 60. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In Joint Venture 61. Maplesoft Consulting Inc. 62. Maverin Business Services Inc. 63. MGIS Inc. 64. MGIS Inc., BDMK Consultants Inc., in Joint Venture 65. Mindwire Systems Ltd. 66. Modis Canada Inc. 67. Nortak Software Ltd. 68. Olav Consulting Corp. 69. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, in Joint Venture 70. Orbis Risk Consulting Inc. 71. Orbis Risk Consulting Inc., Okwaho Management Resources Inc., in Joint Venture 72. Otus Strategic Financial Business Planning Group 73. Pleiad Canada Inc. 74. Precisionerp Incorporated 75. Pricewaterhouse Coopers LLP 76. Procom Consultants Group Ltd. 77. Proex Inc. 78. Protak Consulting Group Inc. 79. ProVision IT Resources Inc. 80. QMR Staffing solutions Incorporated 81. Quallium Corporation 82. Randstad Interim Inc. 83. Raymond Chabot Grant Thornton Consulting Inc. 84. Rhea Inc. 85. S.I. Systems ULC 86. Samson & Associé CPA/Consultation Inc. 87. Sierra Systems Group Inc. 88. Somos Consulting Group Ltd. 89. Strategic Relationships Solutions Inc. 90. Systematix IT Solutions Inc./ Systematix technologies de l’Information Inc./ les Services Conseils Systematix Inc., in Joint Venture 91. Systemscope Inc. 92. T.E.S. Contract Services Inc. 93. TDV Global Inc. 94. Teksystems Canada Corp./ Société Teksystems Canada 95. TeraMach technologies inc. 96. The Aim Group Inc. 97. The Avascent Group Ltd. 98. The Devon Group Ltd. 99. The Halifax Computer Consulting Group Inc. 100. The Right Door Consulting & Solutions Incorporated 101. The VCAN Group Inc. 102. Tiree Facility Solutions Inc. 103. TPG Technology Consulting Inc. 104. Transpolar technology Corporation and The Halifax Computer Consulting Group in Joint Venture 105. TRM technologies Inc. 106. Valcom Consulting Group Inc. 107. Veritaaq technology House Inc. 108. Yoush Inc. 109. Zernam Enterprise Inc. Description of the Requirement: Canada is seeking to establish a contract for project and program advisory services, on an as-and-when requested basis, to support Public Works and Government Services Canada’s (PWGSC) Digital Services Branch (DSB) which is responsible for delivering programs and services to citizens and businesses in simple, modern and effective ways that are optimized for digital services and available anytime, anywhere and from any device. Proposed period of contract: The proposed period of contract will be three years from contract award date with irrevocable options, granted to Canada by the Contractor, to extend the term of the Contract by up to three additional one year period(s) under the same conditions. Level of Security Requirement: Company Minimum Security Level Required: Designated Organization Screening (DOS) Level of Information: Protected A and Protected B Personnel Security Level: Reliability Status 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), the Canadian Free Trade Agreement (CFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Korea Free Trade Agreement (CKFTA), and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP). The resulting contract will not include deliveries within locations situated in Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will be treated as a separate procurement, outside the resulting contract. File Number: E60ZR-200828/A Contracting Authority: Daphne Lam Phone Number: 819-360-1984 E-Mail: Daphne.Lam@tpsgc-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)
-
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
- Lam, Daphne
- Phone
- (819) 360-1984 ( )
- Email
- daphne.lam@tpsgc-pwgsc.gc.ca
- Address
-
Sir Charles Tupper Building 3rd Fl
Édifice Sir Charles Tupper 3e étage
- A300-6
2720 Riverside Drive
2720, promenade RiversideOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__XN.B116.F37187.EBSU003.PDF | 003 |
French
|
2 | |
ABES.PROD.PW__XN.B116.E37187.EBSU003.PDF | 003 |
English
|
10 | |
ABES.PROD.PW__XN.B116.F37187.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW__XN.B116.E37187.EBSU002.PDF | 002 |
English
|
10 | |
ABES.PROD.PW__XN.B116.F37187.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW__XN.B116.E37187.EBSU001.PDF | 001 |
English
|
23 | |
ABES.PROD.PW__XN.B116.F37187.EBSU000.PDF | 000 |
French
|
7 | |
ABES.PROD.PW__XN.B116.E37187.EBSU000.PDF | 000 |
English
|
120 |
Access the Getting started page for details on how to bid, and more.