Review & Analysis

Solicitation number 3Y002-170008/A

Publication date

Closing date and time 2018/02/05 14:00 EST

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 E60ZT-16TSPS PROFESSIONAL SERVICES REQUIREMENT (TSPS)
    
    FILE NO: 3Y002-170008/A
    
    REQUIREMENT less than 2 million
    
    This requirement is for Polar Canada
    
    This requirement is for this following Stream:
    
    2.3 Business Consultant  Senior and Intermediate.
    
    
    One (1) contract will be awarded.
    
    The following Supply Arrangement Holders under E60ZT-16TSPS have been invited to submit a proposal:
    
    1019837 Ontario Inc. 
    4Plan Consulting Corp. 
    7792395 Canada 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 
    Adobe Systems Canada Inc. 
    ADRM Technology Consulting Group Corp. 
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc 
    AECOM Canada Ltd. 
    Altis Human Resources (Ottawa) Inc. 
    ALTRUISTIC INFORMATICS CONSULTING INC. 
    AMITA Corporation 
    ARTEMP PERSONNEL SERVICES INC 
    Auguste Solutions and Associates Inc. 
    BDO Canada LLP 
    Belham PDS Inc. 
    Beyond Technologies Consulting Inc. 
    BMT Fleet Technology Limited 
    BP & M Government IM & IT Consulting Inc. 
    Bridgetown Consulting Inc. 
    Cache Computer Consulting Corp. 
    Calian Ltd. 
    Carolyn leahy 
    CBRE Limited 
    CGI Information Systems and Management Consultants Inc. 
    Cistel Technology Inc. 
    CloseReach Ltd. 
    Colliers Project Leaders Inc. 
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Conoscenti Technologies Inc. 
    Contract Community Inc. 
    Coradix technology Consulting Ltd. 
    Dale McMurchy Consulting Inc 
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 
    Deloitte Inc. 
    DLS Technology Corporation 
    Donna Cona Inc. 
    DPRA Canada Incorporated 
    Eagle Professional Resources Inc. 
    Eclipsys Solutions Inc 
    Econ Inc. 
    Emerion 
    Eperformance Inc. 
    Ernst & Young LLP 
    Excel Human Resources Inc. 
    FERENCE & COMPANY CONSULTING LTD. 
    Fifalde Consulting Inc. 
    FoxRed Consulting Inc. 
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 
    Gelder, Gingras & Associates Inc. 
    Goss Gilroy Inc. 
    Groupe Intersol Group Ltee. 
    Halo Management Consulting Inc. 
    HCM WORKS INC./HCM TRAVAIL INC. 
    HDP Group Inc 
    Hickling, Arthurs, Low Corporation 
    Human Resource Systems Group Ltd. 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    IBISKA Telecom Inc. 
    IBM Canada Ltd. 
    IDS Systems Consultants Inc. 
    iFathom Corporation 
    International Safety Research Inc. 
    IT/Net - Ottawa Inc. 
    Juno Risk Solutions Incorporated 
    Kelly Sears Consulting Group 
    KORN FERRY HAY GROUP LTD./KORN FERRY HAY GROUP LTEE 
    KPMG LLP 
    Lannick Contract Solutions Inc. 
    Lansdowne Technologies Inc. 
    Le Groupe Conseil Bronson Consulting Group 
    Leverage Technology Resources Inc. 
    Lotic Consulting Ltd. 
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE 
    Manpower Services Canada Ltd. 
    Maplesoft Consulting Inc. 
    MaxSys Staffing & Consulting Inc. 
    MDOS CONSULTING INC. 
    MGIS Inc. 
    Michael Wager Consulting Inc. 
    Mindstream Training Center and Professional Services Bureau, Inc 
    Mindwire Systems Ltd. 
    Mishkumi Technologies Inc. 
    MNP LLP 
    Modis Canada Inc 
    N12 Consulting Corporation 
    NATTIQ INC. 
    NavPoint Consulting Group Inc. 
    Newfound Recruiting Corporation 
    Nortak Software Ltd. 
    Olav Consulting Corp 
    OpenFrame Technologies, Inc. 
    Orbis Risk Consulting Inc. 
    Performance Management Network Inc. 
    PGF Consultants Inc. 
    Phirelight Security Solutions Inc. 
    Pleiad Canada Inc. 
    Pricewaterhouse Coopers LLP 
    Promaxis Systems Inc 
    Protak Consulting Group Inc. 
    QinetiQ Limited 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    Randstad Interim Incorporated 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Research Power (N.S.) Inc. 
    Revay and Associates Limited 
    S.i. Systems Ltd. 
    Samson & Associés CPA/Consultation Inc 
    Science-Metrix Inc. 
    Sierra Systems Group Inc. 
    Somos Consulting Group Ltd. 
    Spearhead Management Canada Ltd. 
    Stratos Inc 
    Symbiotic Group Inc. 
    Systemscope Inc. 
    TDV Global inc. 
    The AIM Group Inc. 
    The Halifax Group Inc. 
    The Institute on Governance 
    The Social Research and Demonstration Corporation 
    The Strategic Review 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 Island Staffing Inc. 
    Valcom Consulting group Inc. 
    Veritaaq Technology House Inc. 
    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc. 
    Yoush Inc. 
    Zernam Enterprise 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 responsible for the distribution of solicitation documents.
    
    Location of work to be performed: National Capital Region
    
    Security Requirement: 
    
    Security Requirements Check List (SRCL) Custom
    Supplier Security Clearance required: Secret level
    
    Inquiries regarding this RFP requirement are to be submitted to the Contracting Authority listed below:
    
    File Number: 3Y002-170008/A
    Contracting Authority: Rafik Taiebi
    Phone Number: 873-469-4062
    Email: Rafik.Taiebi@tpsgc-pwgsc.gc.ca
    
    Description of the Requirement:
    
    This bid solicitation is being issued to satisfy the requirement of Public Works and Government Services Canada (PWGSC) for the provision of Task and Solutions Professional Services. The Contractor must provide Business Consultants to Polar Knowledge Canada (POLAR) in order to support the agency in preparing budget requests, central agency reports and Treasury Board submissions on an “as and when requested” basis initiated through Task Authorizations. It is intended to result in the award of one contract from the date award to March 31, 2019 with three (3) option periods of twelve (12) months.
    
    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
    Taiebi, Rafik
    Phone
    (873) 469-4062 ( )
    Email
    rafik.taiebi@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    11C1, Place du Portage III
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Canadian Polar Commission
    Address
    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
    This document was removed on 2022/02/18.

    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: