SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Business Process Consultants level

Solicitation number EN316-162272/A

Publication date

Closing date and time 2016/05/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TASK BASED PROFESSIONAL SERVICES  -  (TSPS) REQUIREMENT
     (File No. EN316-162272/A Requirement between NAFTA and $2 million )
    
    This requirement is for the Department of Public Works and Government Services Canada
    
    This requirement is for the BUSINESS CONSULTING / CHANGE MANAGEMENT CLASS
    
    Number of Resources Consultant Category                      Level of Experience
     
    1   Business Process Consultant (2.5)                              Intermediate
    1   Business Process Consultant (2.5)                    Senior
    
    One contract to be awarded.
    
    This requirement is open only to the following companies who qualified under the stated consultant categories, security level, region and tier:
    1019837 Ontario Inc. 
    1270665 Ontario Inc. 
    168446 Canada Inc. 
    2231622 Ontario Inc. 
    3056058 Canada inc. 
    4165047 Canada Inc. 
    4Plan Consulting Corp. 
    529040 ONTARIO INC and 880382 ONTARIO INC 
    6824137 Canada Limited 
    7320931 Canada Ltd. 
    8005931 Canada Inc 
    A Hundred Answers Inc. 
    A. Net Solutions Inc. 
    Accenture Inc. 
    Access Corporate Technologies Inc. 
    ACF Associates Inc. 
    Action Personnel of Ottawa-Hull Ltd 
    Adecco Employment Services Limited/Services de placement Adecco Limited 
    ADGA Group Consultants Inc. 
    ADRM Technology Consulting Group Corp. 
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc 
    AdvisorOnTrack Inc. 
    AIM Consulting Corporation 
    Alcea Technologies Inc. 
    Altis Human Resources (Ottawa) Inc. 
    Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture 
    Altis Human Resources Inc. 
    ALTRUISTIC INFORMATICS CONSULTING INC. 
    AMITA Corporation 
    ARTEMP PERSONNEL SERVICES INC 
    Auguste Solutions and Associates Inc. 
    AZUR HUMAN RESOURCES LIMITED 
    BDO Canada LLP 
    Belham PDS Inc. 
    BMT Fleet Technology Limited 
    Boeing Canada Operations Ltd. 
    BP & M Government IM & IT Consulting Inc. 
    Bridgetown Consulting Inc. 
    BurntEdge Incorporated 
    Cache Computer Consulting Corp. 
    CAE Inc. 
    Calian Ltd. 
    CBRE Limited 
    CGI Information Systems and Management Consultants Inc. 
    Cistel Technology Inc. 
    CloseReach Ltd. 
    Closereach Ltd., Rowanwood Consulting Inc., Bell, Browne, Molnar & Delicate Consulting Inc. IN JOINT VENTURE 
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Confluence Consulting Inc. 
    Conoscenti Technologies Inc. 
    Contract Community Inc. 
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    Coradix technology Consulting Ltd. 
    CORESoftware Corp 
    CoreTracks Inc. 
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 
    Dare Human Resources Corporation 
    Deloitte Inc. 
    Delsys Research Group Inc. 
    Delta Partners Inc. 
    Diane Brousseau & Associates Inc. 
    DLS Technology Corporation 
    Donna Cona Inc. 
    Eagle Professional Resources Inc. 
    Eclipsys Solutions Inc 
    Econ Inc. 
    Emerion 
    Epixus Incorporated 
    Ernst & Young LLP 
    eVision Inc., SoftSim Technologies Inc. in Joint Venture 
    Excel Human Resources Inc. 
    Excelsa Technologies Consulting Inc. 
    FERENCE & COMPANYCONSULTING LTD. 
    Foursight Consulting Group Inc. 
    FoxRed Consulting Inc. 
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 
    Gelder, Gingras & Associates Inc. 
    Goss Gilroy Inc. 
    Groupe Alithya Inc / Alithya Group Inc 
    Groupe IntersolGroup Ltee. 
    Guardian Business Group Inc. 
    Halo Management Consulting Inc. 
    Harrington Marketing Limited 
    Hay Group Limited 
    HDP Group Inc 
    Hitachi Consulting Government Solutions, Inc. 
    Holonics Inc. 
    Human Resource Systems Group Ltd. 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    IBISKA Telecom Inc. 
    IBM Canada Ltd. 
    Icegate Solutions Inc. 
    IDS Systems Consultants Inc. 
    iFathom Corporation 
    InfoMagnetics Technologies Corporation (IMT) 
    Information Management and Technology Consultants Inc. 
    InnoVision Consulting Inc. 
    Integra Networks Corporation 
    Interis Consulting Inc. 
    International Safety Research Inc. 
    IT Services Canada Inc. 
    IT/Net - Ottawa Inc. 
    Kelly Sears Consulting Group 
    KPMG LLP 
    Labelle Lise D. 
    Lannick Contract Solutions Inc. 
    Lansdowne Technologies Inc. 
    Le Groupe Conseil Bronson Consulting Group 
    Leo-Pisces Services Group Inc. 
    Leverage Technology Resources Inc. 
    Lightning Tree Consulting Inc. 
    LNW Consulting Inc 
    Lumina IT inc. 
    Lumina IT inc./C.B.-Z. Inc. (Joint Venture) 
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE 
    Manpower Services Canada Ltd. 
    Maplesoft Consulting Inc. 
    MaxSys Staffing & Consulting Inc. 
    MDOS CONSULTING INC. 
    Messa Computing Inc. 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    Michael Wager Consulting Inc. 
    Mindstream Training Center and Professional Services Bureau, Inc 
    Mindwire Systems Ltd. 
    Modis Canada Inc 
    Myticas Consulting Inc. 
    N12 Consulting Corporation 
    NavPoint Consulting Group Inc. 
    Nisha Technologies Inc. 
    Nortak Software Ltd. 
    Olav Consulting Corp 
    Orbis Risk Consulting Inc. 
    Otus Strategic Financial Business Planning Group 
    Performance ManagementNetwork Inc. 
    PGF Consultants Inc. 
    Phirelight Security Solutions Inc. 
    PLAN:NET LIMITED 
    Pleiad Canada Inc. 
    PRECISIONERP INCORPORATED 
    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE 
    Pricewaterhouse Coopers LLP 
    Primexx Ventures Inc., Alejandra Carrillo in JV 
    Procom Consultants Group Ltd. 
    Proex Inc. 
    Protak Consulting Group Inc. 
    ProVision IT Resources Ltd. 
    QinetiQ Limited 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    RainMakers Consulting Services Inc 
    Randstad Interim Incorporated 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Revay and Associates Limited 
    Risk Sciences International Inc. 
    Run Straight Consulting Ltd 
    S.i. Systems Ltd. 
    Samson & Associés CPA/Consultation Inc 
    Sheffield Blake Ltd. 
    Sierra Systems Group Inc. 
    SoftSim Technologies Inc. 
    Solutions Moerae Inc 
    Somos Consulting Group Ltd. 
    Spearhead Management Canada Ltd. 
    Strategic Relationships Solutions Inc. 
    Stratos Inc 
    Sundiata White Group - Intellistaff Ltd. 
    Symbiotic Group 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. 
    TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC. 
    TeraMach Technologies Inc. 
    The AIM Group Inc. 
    The Bell Telephone Company of Canada or Bell Canada/LaCompagnie de Téléphone Bell du Canada ou Bell Canada 
    The Devon Group Ltd. 
    The Halifax Group Inc. 
    The Institute on Governance 
    The Strategic Review Group Inc. 
    The VCAN Group Inc. 
    Tiree Facility Solutions Inc. 
    Toppazzini & Lee Consulting Inc 
    TPG Technology Consulting Ltd. 
    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
    Valcom Consulting group Inc. 
    Veritaaq Technology House Inc. 
    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc. 
    Yoush Inc. 
    Évaluation Personnel Sélection International Inc. 
    
    Request For Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT Buyandsell.gc.ca/tenders IS NOT RESPONSIBLEFOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. 
    
    Location of work to be performed:
    
    There is no travel associated with this requirement. 
    
    Security Requirement:
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE COMMON-PS-SRCL#19
    1. The Contractor must, at all times during the performance of the Contract, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 
    2.The Contractor personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABLITY STATUS, CONFIDENTIAL or SECRET as required, granted or approved by CISD/PWGSC. 
    3. The Contractor MUST NOT remove any PROTECTED/CLASSIFIED information from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction. 
    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    5. The Contractor must comply with the provisions of the: 
    a. Security Requirements Check List and security guide (if applicable), attached at Annex C;
    b. Industrial Security Manual (Latest Edition).
    Note: The Business Process Junior, Intermediate, and Senior Consultants must EACH hold a valid personnel security screening at the level of SECRET.
    
    Inquiries regarding this RFP requirement are to be submitted to the contracting officer listed below:
    
    File Number: EN316-162272/A
    Contracting Officer: Alain St-Amour  
    Phone Number: 873-469-4807
    Fax Number: 819-997-2229
    Email: alain.st-amour@pwgsc-tpsgc.gc.ca
    
    The Corporate Financial Monitoring and Reporting unit (CFMR) and Internal Control unit within the Financial Operations Sector of Public Works and Government Services Canada (PWGSC) is seeking Business Process Consulting services for the implementation of the Component Approach, the reviewof the accounting of the capital asset under theCapital Asset Review and general support for corporate reporting. 
    
    This bid solicitation is being issued to satisfy the requirement of the PWGSC for Task Based Professional Services. It is intended to result in the award of one (1) contract from dateof contract to March 31, 2017 with two (2) option periods of twelve (12) months and one (1) optional transition period of one (1) month.
    
    The resulting Contract is not for deliveries within a Comprehensive Land Claims Settlement Area (CLCSA). All requirements for delivery within a CLCSA are to be processed individually.  
    
    Documents may be submitted in either official language of Canada.
    
    NOTE: Task-Based Professional Services (TSPS) Method of Supplyis 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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    St-Amour, Alain
    Phone
    (873) 469-4807 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    11C1, Place du Portage III
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    001
    English
    21
    001
    French
    2
    000
    English
    75
    000
    French
    6

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

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: