CBSA Renewal
Solicitation number 47419-234389/A
Publication date
Closing date and time 2019/11/26 13:00 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: TASK Based Professional Services (TSPS) Requirement This requirement is for: CANADA BORDER SERVICES AGENCY This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 2 for the following category: 2.6 Change Management Consultant - Intermediate - Senior 2.5 Business Process Consultant - Senior The following SA Holders have been invited to submit a proposal. 1019837 Ontario Inc. 2147729 ONTARIO CORPORATION 4165047 Canada Inc. 4Forward Inc. 6137318 Canada Inc 6893449 Canada Inc 7320931 Canada Ltd. 7792395 Canada Inc. A Hundred Answers Inc. A. Net Solutions Inc. Access Corporate Technologies Inc. ACF Associates Inc. ADGA Group Consultants Inc. ADRM Technology Consulting Group Corp. ADRM Technology Consulting Group Corp. and Randstad Interim Inc 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 ARTEMP PERSONNEL SERVICES INC Avenai 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. CloseReach Ltd. 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. Cyrus Echo Corporation 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. Emerion Ernst & Young LLP eVision Inc., SoftSim Technologies Inc. in Joint Venture Excel Human Resources Inc. FERENCE & COMPANY CONSULTING LTD. Fifalde Consulting Inc. FMC Professionals Inc. Foursight Consulting Group Inc. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. Gris Orange Consultant Inc. HCM WORKS INC./HCM TRAVAIL INC. HDP Group Inc HubSpoke Inc. I4C INFORMATION TECHNOLOGY CONSULTING INC IBISKA Telecom Inc. iFathom Corporation InfoCivitas Ltd. Information Management and Technology Consultants Inc. Integra Networks Corporation Isheva Inc., Ranakan Inc. in JOINT VENTURE IT/Net - Ottawa Inc. Kelly Sears Consulting Group Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE KPMG LLP KSAR & ASSOCIATES INC Lannick Contract Solutions Inc. Lansdowne Technologies Inc. Le Groupe Conseil Bronson Consulting Group Leo-Pisces Services Group Inc. Lumina IT inc. Lumina IT inc./C.B.-Z. Inc. (Joint Venture) Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE Maplesoft Consulting Inc. Maverin Business Services Inc. MGIS Inc. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE Mindwire Systems Ltd. MNP LLP Modis Canada Inc NATTIQ INC. Naut'sa mawt Resources Group, Inc. Newfound Recruiting Corporation Nichols Applied Management Inc. Nortak Software Ltd. Olav Consulting Corp OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE Omnicom Canada Corp Orangutech Inc. Orbis Risk Consulting Inc. Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE Otus Strategic Financial Business Planning Group PATHQUEST CONSULTING SERVICES INC. Pennant Canada Limited Performance Management Network Inc. Pleiad Canada Inc. Portage Personnel Inc. Posterity Group Consulting Inc, PRECISIONERP INCORPORATED PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE Pricewaterhouse Coopers LLP Procom Consultants Group Ltd. 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 S.I. SYSTEMS ULC Samson & Associés CPA/Consultation Inc Sierra Systems Group Inc. Social Impact, Inc. SoftSim Technologies Inc. Somos Consulting Group Ltd. Spearhead Management Canada Ltd. Strategic Relationships Solutions Inc. Sundiata Warren 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 TeraMach Technologies Inc. The AIM Group Inc. The Avascent Group, Ltd. The Burnie Group The Halifax Computer Consulting Group Inc. The Institute on Governance 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. 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. Description of the Requirement: This bid solicitation is being issued to satisfy the requirement of Canada Border Services Agency (CBSA) for the provision of Tasks and Solutions Professional Services. The Contractor must provide all the required Change Management Consultants and Business Process Consultants on an as and when required basis to provide strategic advisory services and support to help develop and implement CBSA Renewal change leadership, change management, communications and engagement strategies and tactical execution plans. It is intended to result in the award of 1 contract totalling 3 years which includes 2 one-year optional periods under the same terms and conditions. Security Requirement: 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 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. 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: 1. Security Requirements Check List and security guide (if applicable), attached at Annex 2. Industrial Security Manual (Latest Edition) File Number: 47419-234389 Contracting Authority: Hemasrikha Bucktowar Phone Number: 613-720-7739 E-Mail: hemasrikha.bucktowar@tpsgc-pwgsc.gc.ca NOTE: 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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Bucktowar , Hemasrikha
- Phone
- (613) 720-7739 ( )
- Email
- hemasrikha.bucktowar@tpsgc-pwgsc.gc.ca
- Address
-
Terrasses de la Chaudière 5th Floor
10 Wellington StreetGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZQ.B023.E36931.EBSU005.PDF | 005 | EN | 16 | |
ABES.PROD.PW__ZQ.B023.F36931.EBSU005.PDF | 005 | FR | 8 | |
ABES.PROD.PW__ZQ.B023.E36931.EBSU004.PDF | 004 | EN | 11 | |
ABES.PROD.PW__ZQ.B023.F36931.EBSU004.PDF | 004 | FR | 0 | |
ABES.PROD.PW__ZQ.B023.E36931.EBSU003.PDF | 003 | EN | 14 | |
ABES.PROD.PW__ZQ.B023.F36931.EBSU003.PDF | 003 | FR | 0 | |
ABES.PROD.PW__ZQ.B023.E36931.EBSU002.PDF | 002 | EN | 23 | |
ABES.PROD.PW__ZQ.B023.E36931.EBSU001.PDF | 001 | EN | 25 | |
ABES.PROD.PW__ZQ.B023.F36931.EBSU001.PDF | 001 | FR | 0 | |
ABES.PROD.PW__ZQ.B023.F36931.EBSU002.PDF | 002 | FR | 2 | |
ABES.PROD.PW__ZQ.B023.E36931.EBSU000.PDF | 000 | EN | 123 | |
ABES.PROD.PW__ZQ.B023.F36931.EBSU000.PDF | 000 | FR | 7 |
Access the Getting started page for details on how to bid, and more.