Strategic Transformation Project Mg

Solicitation number B7046-200031/A

Publication date

Closing date and time 2019/12/16 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    
    Strategic Transformation Project Mg
    
    B7046-200031/A
    
    Ghaddab, Nabil
    Telephone No. - (613) 295-1488 (    )
    
    This requirement’s tendering approach is selective and involves the use of the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) E60ZT-18TSPS Tier 2 (= >$2M) pre-qualified supplier's list.
    
    CANADA ONLY ACCEPTS PROPOSALS FROM SUPPLIERS THAT ARE QUALIFIED ON ALL THE CATEGORIES & LEVELS BELOW.
    3.3 Project Leader/Executive - Senior
    
    3.2 Project Manager - Senior 
    3.2 Project Manager - Intermediate
    3.4 Project Planner - Intermediate
    
    THE FOLLOWING SA HOLDERS HAVE BEEN INVITED TO SUBMIT A PROPOSAL:
     2147729 ONTARIO CORPORATION  
     4165047 Canada Inc.  
     6137318 Canada 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  
     Alion Science and Technology (Canada) Corporation  
     ALITHYA CANADA INC  
     Altis Human Resources (Ottawa) Inc.  
     Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture  
     Auguste Solutions and Associates Inc.  
     BDO Canada LLP  
     Beyond Technologies Consulting Inc.  
     BMT CANADA LTD.  
     BP & M Government IM & IT Consulting Inc.  
     Breckenhill Inc.  
     BurntEdge Incorporated  
     Cache Computer Consulting Corp.  
     Calian Ltd.  
     CGI Information Systems and Management Consultants Inc.  
     CIMA+ S.E.N.C.  
     CloseReach Ltd.  
     Colliers Project Leaders Inc.  
     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.  
     CPCS Transcom Limited  
     Dalian Enterprises and Coradix Technology Consulting, in Joint Venture  
     Dare Human Resources Corporation  
     Deloitte Inc.  
     DLS Technology Corporation  
     Donna Cona Inc.  
     Eagle Professional Resources Inc.  
     Econ Inc.  
     Emerion  
     Ernst & Young LLP  
     Excel Human Resources Inc.  
     Fast Track Staffing, 49 Solutions in Joint Venture  
     Fifalde Consulting Inc.  
     Foursight Consulting Group Inc.  
     Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.  
     GEF Consulting Inc.  
     HDP Group Inc  
     I4C INFORMATION TECHNOLOGY CONSULTING INC  
     IBISKA Telecom Inc.  
     iFathom Corporation  
     Information Management and Technology Consultants Inc.  
     Integra Networks Corporation  
     Isheva Inc., Ranakan Inc. in JOINT VENTURE  
     IT/Net - Ottawa Inc.  
     Kelly Sears Consulting Group  
     KPMG LLP  
     L-3 Technologies MAS Inc.  
     Lannick Contract Solutions Inc.  
     Lansdowne Technologies Inc.  
     Leo-Pisces Services Group Inc.  
     Lumina IT inc.  
     Lumina IT inc./C.B.-Z. Inc. (Joint Venture)  
     Macogep inc.  
     Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE  
     Maplesoft Consulting Inc.  
     Maverin Business Services Inc.  
     Messa Computing Inc.  
     MGIS Inc.  
     MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE  
     Mindwire Systems Ltd.  
     Modis Canada Inc  
     NATTIQ INC.  
     Newfound Recruiting Corporation  
     Nortak Software Ltd.  
     Olav Consulting Corp  
     OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE  
     OPUS LEADERS INC.  
     Orangutech Inc.  
     Orbis Risk Consulting Inc.  
     Otus Strategic Financial Business Planning Group  
     PATHQUEST CONSULTING SERVICES INC.  
     Performance Management Network Inc.  
     Pleiad Canada Inc.  
     Portage Personnel Inc.  
     Posterity Group Consulting Inc,  
     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  
     RHEA INC.  
     Robertson & Company Ltd.  
     S.I. SYSTEMS ULC  
     Samson & Associés CPA/Consultation Inc  
     Sierra Systems Group Inc.  
     Somos Consulting Group Ltd.  
     SpaceWerx Corporation  
     SRA Staffing Solutions Ltd.  
     Strategic Relationships Solutions Inc.  
     Symbiotic Group Inc.  
     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.  
     TDV Global inc.  
     TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA  
     Telecan Space Inc  
     TeraMach Technologies Inc.  
     The Avascent Group, Ltd.  
     The Devon Group Ltd.  
     The Halifax Computer Consulting Group Inc.  
     The Right Door Consulting & Solutions Incorporated  
     The VCAN Group Inc.  
     Tiree Facility Solutions Inc.  
     TPG Technology Consulting Ltd.  
     Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture  
     TRM Technologies Inc.  
     Tundra Technical Solutions Inc  
     Turner & Townsend CM2R Inc.  
     Valcom Consulting group Inc.  
     Veritaaq Technology House Inc.  
     WSP CANADA GROUP LIMITED  
     WSP Canada Inc.  
     Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.  
     Yoush Inc.  
     Zernam Enterprise Inc  
    
    The Department of Public Works and Government Services Canada requires, on behalf of the Immigration, Refugees and Citizenship Canada (IRCC) requires the services of various professional resources Consultants.
    
    CONDITIONS FOR PARTICIPATING:
    
    SA Holders’ Designated Organization Screening (DOS)/Facility Security Clearance (FSC):
    __DOS - Reliability
    __FSC - Confidential
    _x_FSC - Secret 
    __FSC - Top Secret
    __FSC - NATO Confidential
    __FSC - NATO Secret
    __FSC - Cosmic - Top Secret
    
    SA Holder’s Document safeguarding capability: 
    __Protected A
    __Protected B
    __Protected C
    __FSC - Confidential
    _x_FSC - Secret 
    __FSC - Top Secret
    __FSC - NATO Confidential
    __FSC - NATO Secret
    __FSC - Cosmic - Top Secret
    
    PROPOSED PERIOD OF CONTRACT:
    The proposed period of contract shall be from Contract Award Date to March 31, 2021, with an irrevocable option to extend the contract period by 3 additional one year periods under the same terms and conditions.
    
    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    
    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)

    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
    Ghaddab, Nabil
    Phone
    (613) 295-1488 ( )
    Email
    nabil.ghaddab@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Citizenship and Immigration 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
    28
    002
    French
    2
    001
    English
    26
    001
    French
    1
    000
    English
    111
    000
    French
    9

    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

    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: