Risk Management Specialist for Supreme Court of Canada
Rehabilitation
Solicitation number EH900-123223/A
Publication date
Closing date and time 2012/05/22 14:00 EDT
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: NOTICE OF PROPOSED PROCUREMENT TASK BASED E60ZN-09002 PROFESSIONAL SERVICES - (TSPS) REQUIREMENT FILE NO.: EH900-123223 TIER 1 ($78,500 < x £ $2M) This requirement is for Real Property Branch (RPB) of Public Works and Government Services Canada (PWGSC). This requirement is for the Project Management Services Class 3, for the services of: ONE (1) RISK MANAGEMENT SPECIALIST - LEVEL 3 One Contract to be awarded. This requirement is open only to the following companies who qualified under the stated consultant category, security level, region and tier: 1019837 Ontario Inc. 1213145 Ontario Inc. 168446 Canada Inc. 175213 Canada Inc. 3755479 Canada Inc. 4336615 Canada Inc. 529040 Ontario Inc. and 880382 Ontario Inc. A Hundred Answers Inc. A. Net Solutions ACF Associates Inc. Action Personnel of Ottawa-Hull Ltd Adecco Employment Services Limited/Services de placement Adecco Limited ADGA Group Consultants Inc. Adirondack Information Management Inc., The AIM Group Inc., and AMITA Corporation in Joint Venture ADRM Technology Consulting Group Corp. ADRM Technology Consulting Group Corp. / Randstad Interim Inc. AdvisorOnTrack Inc. Alika Internet Technologies Inc. Altis Human Resources (Ottawa) Inc. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture Amtek Engineering services Ltd. APS-Antian Professional Services Inc. Artemp Personnel Services Inc. Azur Human Resources Limited BDA Real Estate Development Services Inc. Bevertec CST Inc. Bragelo Group Inc. Bridgetown Consulting Inc. BurntEdge Incorporated Calian Ltd. Callihoo Consulting Group Inc CBRE Limited CGI Information Systems and Management Consultants Inc. CIMA+ S.E.N.C. CM Inc. Colin Lindsay Development Corporation Colligo Consulting Incorporated CompuAids Inc. o/a Enterprise Systems and Solutions Group Confluence Consulting Inc. Confluence Consulting Inc., McConnell HR Consulting Inc. in Joint Venture Conoscenti Technologies Inc. Conseillers en Informatique d'Affaires CIA Inc Contract Community Inc. Contract Community Inc., Nisha Technologies Inc. in Joint Venture Coradix technology Consulting Ltd. CORE Software Corporation Inc. CoreTracks Inc. CPCS Transcom Limited Dalian Enterprises and Coradix Technology Consulting, in Joint Venture Dare Human Resources Corporation Decimal Technologies Inc. Delsys Research Group Inc. Dessau Inc. Donna Cona Inc. DPRA Canada Incorporated Eagle Professional Resources Inc. Econ Inc. Emerion eVison Inc., Softsims Technologies Inc. Excel Human Resources Inc. FMP/Flaman Management Partners Ltd. Foursight Consulting Group Inc. Fujitsu Consulting (Canada) Inc./Fujitsu Conseil (Canada) Inc. Future Learning Inc. Groupe Intersol Group Ltee. HDP Group Inc Helm's Deep Consulting Corp. Information Technology Consulting Inc. Ian Martin Limited IBISKA Telecom Inc. IBM Canada Ltd. Icegate Solutions Inc. Information Management and Technology Consultants Inc. Innovatus Consulting Corp. inRound Innovations Inc., Radar Solutions Inc. and Munroe Technologies Inc. in Joint Venture Interis Consulting Inc. IT Services Canada Inc. IT/Net - Ottawa Inc. Kelly Sears Consulting Group KeyNorth Professional Services Group Inc. KPMG LLP Lannick Contract Solutions Inc. Lansdowne Technologies Inc. Leverage Technology Resources Inc. LNW Consulting Inc Lumina IT inc. Lumina IT inc./C.B.-Z. Inc. (Joint Venture) Manpower Services Canada Ltd. Maplesoft Consulting Inc. Mason Clark Group Inc. McDonnell Doane + Associates Limited MDOS Consulting Inc. MGIS Inc. MHPM Project Managers Inc. MHPM Project Managers Inc., Tiree Facility Solutions Inc. in Joint Venture Michael Wager Consulting Inc. Modis Canada Inc Modis Canada Inc. in Joint Venture with Acosys Consulting Services Inc. Multi-Access Systems Ltd. Nortak Software Ltd. Novo Energy Group Inc. Orbis Risk Consulting Inc. OTUS Strategic Financial Business Planning Perram Consulting Inc. PGF Consultants Inc. Phirelight E-Business Solutions Inc. Pleiad Canada Inc. Portage Personnel Inc. PPI Consulting Limited Pricewaterhouse Coopers LLP Primexx Ventures Inc., Alejandra Carrillo in JV Procom Consultants Group Ltd. Proex Inc. Prologic Systems Ltd. Promaxis Systems Inc ProVision IT Resources Ltd. QMR Staffing Solutions Incorporated Quallium Corporation RainMakers Consulting Services Inc Randstad Interim Incorporated Raymond Chabot Grant Thornton Consulting Inc. RFP Solutions Inc. Robert Half Canada Inc. Robertson & Company Ltd. S.i. Systems Ltd. Sierra Systems Group Inc. Sinapse interventions stratégiques inc. SoftSim Technologies Inc. Somos Consulting Group Ltd. Strategic Relationships Solutions Inc. Stratos Inc Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture. Systemscope Inc. Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., in Joint Venture TAG HR The Associates Group Inc. TDV Global inc. TeraMach Technologies Inc. The AIM Group Inc. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada The Corporate Research Group Ltd. The Halifax Group Inc. The People Bank, a division of Design Group Staffing Inc. Tiree Facility Solutions Inc. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture TRM Technologies Inc. Turtle Technologies Inc. Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture Veritaaq Technology House Inc. Y2 Consulting Psychologists Inc. Yoush Inc. Zylog Systems (Ottawa) Ltd. Request For Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are invited to bid on this requirement. BIDDERS ARE ADVISED THAT MERX IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. Location of work to be performed: National Capital Region Security Requirement: SRCL: EH900-123223 Supplier Security Level: Designated Organization Screening (DOS) Document Safeguarding: None The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). The Contractor's/Offeror's personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. The Contractor/Offeror must comply with the provisions of: The Security Requirements Check List and security guide (if applicable), attached at Annex "C"; The Industrial Security Manual (Latest Edition). Inquiries regarding this RFP requirement are to be submitted to the Contracting Authority listed below: File Number: EH900-123223/A Contracting Authority: Melissa Gail Cabigon Phone Number: 819-956-5814 Fax Number: 819-997-2229 Email: melissagail.cabigon@tpsgc-pwgsc.gc.ca RPB/PWGSC is seeking to establish one (1) contract for the period from contract award to 31 January 2013. Specifically, PWGSC is looking to retain the services of one (1) successful Bidder to provide risk management and associated specialist advisory services from the Task and Solutions Professional Services Project Management Services Class 3. Documents may be submitted in either official language of Canada. NOTE: Task-Based Professional Services (TSPS) Method of Supply is refreshed on an annual basis. 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
-
Agreement on Internal Trade (AIT)
-
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
- Cabigon, Mélissa Gail
- Phone
- (819) 956-5814 ( )
- Fax
- (819) 997-2229
- Address
-
11 Laurier St. / 11, rue Laurier
10C1, Place du Portage IIIGatineau, Quebec, 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
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.