ATIP consultants

Solicitation number M7594-187212/A

Publication date

Closing date and time 2018/07/03 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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TASK BASED PROFESSIONAL SERVICES  -  (TSPS) REQUIREMENT
     (File No. M7594-187212/A Requirement greater than $2 million )
    
    This requirement is for THE ROYAL CANADIAN MOUNTED POLICE
    
    This requirement is for TSPS classes: 2. BUSINESS CONSULTING / CHANGE MANAGEMENT STREAM
    
    Number of Resources Consultant Category Level of Experience
    12 2.11 Information/Consultant/Records Management/Recordkeeping Specialist         Intermediate
    
    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:
    
    List of suppliers being invited for:
    
    1019837 Ontario Inc. 
    4165047 Canada Inc. 
    529040 ONTARIO INC and 880382 ONTARIO INC 
    7792395 Canada Inc. 
    A Hundred Answers Inc. 
    A. Net Solutions Inc. 
    Accenture Inc. 
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    ADRM Technology Consulting Group Corp. 
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc 
    AECOM Canada Ltd. 
    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 
    Beyond Technologies Consulting Inc. 
    BMT Fleet Technology Limited 
    Boeing Canada Operations Ltd. 
    Calian Ltd. 
    CGI Information Systems and Management Consultants Inc. 
    Cistel Technology Inc. 
    CloseReach Ltd. 
    Colliers Project 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. 
    CORE Software Corp
    Cyrus Echo Corporation 
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 
    Dare Human Resources Corporation 
    Donna Cona Inc. 
    DPRA Canada Incorporated 
    Eagle Professional Resources Inc. 
    Econ Inc. 
    Emerion 
    Ernst & Young LLP 
    Excel Human Resources Inc. 
    Gevity Consulting Inc. / Gevity Conseil Inc. 
    Groupe Alithya Inc / Alithya Group Inc 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    IBISKA Telecom Inc. 
    IBM Canada Limited/IBM Canada Limitée 
    iFathom Corporation 
    Information Management and Technology Consultants Inc. 
    IT/Net - Ottawa Inc. 
    KPMG LLP 
    Lannick Contract Solutions Inc. 
    Lansdowne Technologies Inc. 
    Le Groupe Conseil Bronson Consulting Group 
    Leo-Pisces Services Group Inc. 
    LNW Consulting Inc 
    Lumina IT inc. 
    Lumina IT inc./C.B.-Z. Inc. (Joint Venture) 
    Manpower Services Canada Ltd. 
    Maplesoft Consulting Inc. 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    Michael Wager Consulting Inc. 
    Mindwire Systems Ltd. 
    Mishkumi Technologies Inc. 
    Modis Canada Inc 
    Myticas Consulting Inc. 
    NATTIQ INC. 
    Newfound Recruiting Corporation 
    Nisha Technologies Inc. 
    Olav Consulting Corp 
    Orangutech Inc. 
    Orbis Risk Consulting Inc. 
    Otus Strategic Financial Business Planning Group 
    Pleiad Canada Inc. 
    Portage Personnel Inc. 
    PRECISIONERP INCORPORATED 
    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE 
    Pricewaterhouse Coopers LLP 
    Procom Consultants Group Ltd. 
    Proex Inc. 
    Promaxis Systems Inc 
    Protak Consulting Group Inc. 
    ProVision IT Resources Ltd. 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    Randstad Interim Inc. 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Revay and Associates Limited 
    Robertson & Company Ltd. 
    S.i. Systems Ltd. 
    Samson & Associés CPA/Consultation Inc 
    Sierra Systems Group Inc. 
    Solutions Moerae Inc 
    Somos Consulting Group Ltd. 
    Spearhead Management Canada Ltd. 
    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. 
    TAG HR The Associates Group Inc. 
    TDV Global inc. 
    Technomics, Incorporated 
    TeraMach Technologies Inc. 
    The AIM Group Inc. 
    The Devon Group Ltd. 
    The Right Door Consulting & Solutions Incorporated 
    The VCAN Group Inc. 
    Tiree Facility Solutions Inc. 
    TPG Technology Consulting Ltd. 
    TRM Technologies Inc. 
    Turtle Technologies Inc. 
    Valcom Consulting group Inc. 
    Veritaaq Technology House Inc. 
    Zernam Enterprise Inc 
    
    SA Holders that are invited to compete as a joint venture must submit a bid as that joint venture SA Holder, forming no other joint venture to bid. Any joint venture must be already qualified under the E60ZT-16TSPS/D series as that joint venture at the time of bid closing in order to submit a bid. 
    
    
     
    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 RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. 
    
    Location of work to be performed: NCR
    
    There is no travel associated with this requirement. 
    
    Security Requirement:
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE # M7594-187212
    
    1.  The Contractor/Offeror must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    2.  The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    3.  Processing of PROTECTED materiel electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.
    
    4.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    5.  The Contractor/Offeror 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).
    
    
    Inquiries regarding this RFP requirement are to be submitted to the contracting officer listed below:
    
    File Number: M7594-187212/A
    Contracting Officer: Alain St-Amour  
    Phone Number: 613-294-8831
    Email: alain.st-amour@pwgsc-tpsgc.gc.ca
    
    The Royal Canadian Mounted Police (RCMP) requires the services of Information/Records Management/Recordkeeping Specialists with expertise in the processing of complex and highly sensitive Access to Information Act and Privacy Act requests in order to assist the RCMP Access to Information and Privacy (ATIP) Branch in fulfilling its legislative requirements.
    
    This bid solicitation is being issued to satisfy the requirement of RCMP for Task Based Professional Services. It is intended to result in the award of one Contract from date of contract award to March 31, 2019, with three (2) option periods of twelve (12) months.
    
     
    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

    • 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)

    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
    (613) 294-8831 ( )
    Email
    alain.st-amour@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    10
    002
    French
    2
    001
    English
    25
    001
    French
    1
    000
    English
    68
    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
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: