Business Consulting & Change Management

Solicitation number EP911-161908/A

Publication date

Closing date and time 2016/04/26 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: 
    
    NOTICE OF PROPSED PROCUREMENT
    
    TASK BASED E60ZN-15TSPS PROFESSIONAL SERVICES  -  (TSPS) REQUIREMENT
    File No. EP911-161908/A  TIER 1 (< $2M)
     
    This requirement is for the Department of Public Works Government Services Canada.
    
    This requirement is for Stream 2 - Business Consulting/Change Management - for the services of:
    
    Number of Resources  Consultant Category                                      Level of Experience
    
    2                                Business Consultant              Senior
    2                                Change Mangement Consultant                      Senior
    1                                Needs Analysis and Research Consultant       Intermediate
    
    Refer also to ATTACHMENT 1 TO ANNEX A of the RFP.
    
    One Contract is to be awarded.
    
    This requirement is open to the following pre-qualified suppliers who qualified under the stated consultant categories, security level, region and tier:
    
    1019837 Ontario Inc. 
    168446 Canada Inc. 
    4165047 CanadaInc. 
    4Plan ConsultingCorp. 
    529040 ONTARIO INC and 880382 ONTARIO INC 
    6233902 Canada Ltd. 
    A. Net Solutions Inc. 
    Access Corporate Technologies Inc. 
    ACF Associates Inc. 
    Acosys Consulting Services Inc. 
    Action Personnel of Ottawa-Hull Ltd 
    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 
    Altis Human Resources (Ottawa) Inc. 
    Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture 
    ALTRUISTIC INFORMATICS CONSULTING INC. 
    ARTEMP PERSONNEL SERVICES INC 
    Auguste Solutions and Associates Inc. 
    BDO Canada LLP 
    BMT FleetTechnology Limited 
    BP & M Government IM & IT Consulting Inc. 
    BurntEdge Incorporated 
    Cache Computer Consulting Corp. 
    CAE Inc. 
    Calian Ltd. 
    CGI Information Systems and Management Consultants Inc. 
    Cistel Technology Inc. 
    Closereach Ltd., Rowanwood Consulting Inc., Bell, Browne, Molnar & Delicate Consulting Inc. IN JOINT VENTURE 
    Confluence Consulting Inc. 
    Confluence Consulting Inc., McConnell HR Consulting Inc. IN JOINT VENTURE 
    Conoscenti Technologies Inc. 
    Contract Community Inc. 
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    Coradix technology Consulting Ltd. 
    CORE Software Corporation Inc. and Acquium Inc in Joint Venture 
    CoreTracks Inc. 
    Corporate Streamlining Company Inc. 
    Cyrus Echo Corporation 
    Dalian Enterprises and CoradixTechnology Consulting, in Joint Venture 
    Dare Human Resources Corporation 
    Deloitte Inc. 
    Delsys Research Group Inc. 
    Delta Partners Inc. 
    Donna Cona Inc. 
    DPRA Canada Incorporated 
    Eagle Professional Resources Inc. 
    Econ Inc. 
    Emerion 
    EpixusIncorporated 
    Ernst & Young LLP 
    Excel Human Resources Inc. 
    Excelsa Technologies Consulting Inc. 
    FERENCE & COMPANY CONSULTING LTD. 
    Fiscal Realities Economists Ltd. 
    FMC Professionals Inc. 
    Foursight Consulting Group Inc. 
    FoxRed Consulting Inc. 
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 
    Gelder, Gingras & Associates Inc. 
    Gevity Consulting Inc. / Gevity Conseil Inc. 
    Goss Gilroy Inc. 
    Gris Orange Consultant Inc. 
    Groupe Alithya Inc / Alithya Group Inc 
    Groupe Intersol Group Ltee. 
    Halo Management Consulting Inc. 
    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. 
    inRound Innovations Inc., Radar Solutions Inc. and Munroe Technologies Inc. in Joint Venture 
    inRound Innovations Incorporated 
    Integra Networks Corporation 
    Interis Consulting Inc. 
    International Safety Research Inc. 
    IT Services Canada Inc. 
    IT/Net - Ottawa Inc. 
    Janet LeBlanc & Associates Inc. 
    Kelly Sears Consulting Group 
    KPMG LLP 
    KSAR & ASSOCIATES INC 
    Labelle Lise D. 
    Lannick Contract Solutions Inc. 
    Lansdowne Technologies Inc. 
    Le Groupe Conseil Bronson Consulting Group 
    Lean Agility Inc. 
    Leo-Pisces Services Group Inc. 
    Leverage Technology Resources Inc. 
    Lightning Tree Consulting 
    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. 
    MDOS CONSULTING INC. 
    Messa Computing Inc. 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    MHPM Project Managers Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Michael Wager Consulting Inc. 
    MindwireSystems Ltd. 
    Mobile Resource Group Inc 
    Modis Canada Inc 
    N12 Consulting Corporation 
    Naut'sa mawt Resources Group, Inc. 
    NavPoint Consulting Group Inc. 
    Nortak Software Ltd. 
    Novometrix Research Inc. 
    Olav Consulting Corp 
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE 
    Orbis Risk Consulting Inc. 
    Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE 
    OTUS Strategic Financial Business Planning 
    Performance ManagementNetwork Inc. 
    PGF Consultants Inc. 
    PLAN:NET LIMITED 
    Pleiad Canada Inc. 
    PRECISIONERP INCORPORATED 
    Pricewaterhouse Coopers LLP 
    Primexx Ventures Inc., Alejandra Carrillo in JV 
    Procom Consultants Group Ltd. 
    Prologic Systems Ltd. 
    Protak Consulting Group Inc. 
    ProVision IT Resources Ltd. 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    R3D Conseil Inc. / R3D Consulting Inc. 
    RainMakers Consulting Services Inc 
    Randstad Interim Incorporated 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Revay and Associates Limited 
    Right Management Canada Inc. 
    Run Straight Consulting 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.
    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 Halifax Group Inc. 
    The Strategic Review Group Inc. 
    The VCAN Group Inc. 
    Tiree Facility Solutions Inc. 
    TPG Technology Consulting Ltd. 
    TRM Technologies Inc. 
    Valcom Consulting group Inc. 
    Veritaaq Technology House Inc. 
    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 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.  
    
    Location of work to be performed:  National Capital Region
    
    Security Requirement (SRCL):  PWGSC File#: COMMON-PS-SRCL#6
    
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works andGovernment 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. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror 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/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 submittedto the contracting officer listed below:
    
    Contracting Officer: Manu Malik
    Phone Number: 819-956-1087
    Email: manu.malik@pwgsc-tpsgc.gc.ca
    
    Canada is seeking to establish a contract from date of award to March 31, 2018, with one (1) irrevocable option of one (1) year under the same terms and conditions, for the Department of Public Works and Government Services Canada.
     
    Documents may be submitted in either official language of Canada.
    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
    Malik, Manu
    Phone
    (819) 956-1087 ( )
    Fax
    () -
    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
    24
    000
    English
    32
    000
    French
    6
    001
    French
    1

    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: