Business Consulting Services

Solicitation number EP929-210895/A

Publication date

Closing date and time 2021/01/11 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: PUBLIC SERVICES AND PROCUREMENT CANADA, REALPROPERTY BRANCH
    
    
    This requirement is open only to those Supply Arrangement Holders under Task and Solutions Professional Services (TSPS) Method of Supply (E60ZT-18TSPS/C) that are qualified under.
    
    Tier 2 - Requirements greater than $3.75 million /Stream 2: 2.3 Business Consultant
    The following SA Holders have been invited to bid on this requirement:
    
    1019837 Ontario Inc. 
    2147729 ONTARIO CORPORATION 
    4165047 Canada Inc. 
    6137318 Canada Inc 
    6893449 Canada Inc 
    7320931 Canada Ltd. 
    7792395 Canada Inc. 
    9228-6905 Québec inc. 
    A Hundred Answers Inc. 
    A. Net Solutions Inc. 
    Accenture Inc. 
    Access Corporate Technologies 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. 
    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. 
    Baiame Technology and Consulting Limited 
    BDO Canada LLP 
    Beyond Technologies Consulting Inc. 
    BMT CANADA LTD. 
    BP & M Government IM & IT Consulting Inc. 
    Breckenhill Inc. 
    BRIDGEABLE INC. 
    BurntEdge Incorporated 
    Cache Computer Consulting Corp. 
    Calian Ltd. 
    CGI Information Systems and Management Consultants Inc. 
    Cistel Technology Inc. 
    CloseReach Ltd. 
    Cofomo Ottawa 
    Colliers Project Leaders Inc. 
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Confluence Consulting Inc. 
    Conoscenti Technologies Inc. 
    Conseillers en management MARCON inc. 
    Contract Community Inc. 
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    Coradix technology Consulting Ltd. 
    CPCS Transcom Limited 
    CVL INFORMATION SOLUTIONS INC. 
    Cyrus Echo Corporation 
    Dale McMurchy Consulting Inc 
    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. 
    Ernst & Young LLP 
    eVision Inc., SoftSim Technologies Inc. in Joint Venture 
    Excel Human Resources Inc. 
    Fast Track Staffing, 49 Solutions in Joint Venture 
    FERENCE & COMPANY CONSULTING LTD. 
    Fifalde Consulting Inc. 
    FMC Professionals Inc. 
    Forum Research Inc. 
    Foursight Consulting Group Inc. 
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 
    GCSTRATEGIES INCORPORATED 
    GEF Consulting Inc. 
    Global Advantage Consulting Group Inc (Ottawa) 
    Gris Orange Consultant Inc. 
    HCM WORKS INC./HCM TRAVAIL INC. 
    HDP Group Inc 
    Hickling, Arthurs, Low Corporation 
    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. 
    IT/NET OTTAWA INC, KPMG LLP, in joint venture 
    Juno Risk Solutions Incorporated 
    Kelly Sears Consulting Group 
    KILIKA Inc., A&B INFO INC., 6708790 CANADA CORP., SURUTLA TECHNOLOGIES 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. 
    Les services Euroconsult Amerique du Nord Inc. / Euroconsult North America Services Inc. 
    Lightning Tree Consulting Inc. 
    Lumina IT inc. 
    Lumina IT inc./C.B.-Z. Inc. (Joint Venture) 
    Maplesoft Consulting Inc. 
    Matterhorn Integrated Projects Solution Ltd. 
    Maverin Business Services Inc. 
    MaxSys Staffing & Consulting Inc. 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    Mindwire Systems Ltd. 
    MNP LLP 
    Modis Canada Inc 
    Myticas Consulting Inc. 
    NATTIQ INC. 
    Naut'sa mawt Resources Group, Inc. 
    Newfound Recruiting Corporation 
    NewLeaf Performance Inc. 
    Nichols Applied Management Inc. 
    Nisha Technologies Inc. 
    Nortak Software Ltd. 
    Olav Consulting Corp 
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE 
    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. 
    Performance Management Network Inc. 
    Planifika 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 
    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture 
    Procom Consultants Group Ltd. 
    Promaxis Systems Inc 
    Protak Consulting Group Inc. 
    QA CONSULTANTS INC. 
    QinetiQ Limited 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    Quarry Consulting Inc. 
    R.A. Malatest & Associates Ltd. 
    Randstad Interim Inc. 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Revay and Associates Limited 
    RHEA INC. 
    Risk Sciences International Inc. 
    S.I. SYSTEMS ULC 
    Samson & Associés CPA/Consultation Inc 
    Science-Metrix Inc. 
    Sia Partners Inc. / Sia Partenaires Inc. 
    Sierra Systems Group Inc. 
    Social Impact, Inc. 
    SoftSim Technologies Inc. 
    Spearhead Management Canada Ltd. 
    Strategic Relationships Solutions Inc. 
    Sundiata Warren Group 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. 
    T.I.7 Inc. 
    TAG HR The Associates Group 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 Devon Group Ltd. 
    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. 
    Tundra Technical Solutions Inc 
    Valcom Consulting group Inc. 
    Vantix Systems 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:
    
    Business consulting services are required to provide guidance and support to manage the rollout of a national program aimed at broad workplace transformation across the Government of Canada. The workplace transformation is driven by a physical space modernization and its integration with the virtual (information technology and information management) and behavioral (people and culture) environments and grounded in the client departments’ organizational objectives for cultural transformation and modernization.  
    
    Security Requirement:
    
    The following security requirement (SRCL and related clauses provided by the Contract Security Program apply and form part of the Contract):  
    Security requirement for Canadian supplier: Public Service and Procurement Canada file #common-professional services security requirement check list #6
    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the CSP of the ISS, PSPC
    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 the CSP/ISS/PSPC
    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 the CSP/ISS/ PSPC
    5. The contractor/offeror must comply with the provisions of the: 
    1. Security Requirements Check List and security guide (if applicable), attached at Annex C
    2. Industrial Security Manual (Latest Edition)
    
    
    
    
    
    
    
    Applicable Trade Agreements:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA) and the Canada-Korea Free Trade Agreement (CKFTA).
    
    
    File Number:    EP929-210895/A
    
    Contracting Authority: Alain St-Amour
    Phone Number:  613-293-2923
    E-Mail:   alain.st-amour@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.

    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) 293-2923 ( )
    Email
    alain.st-amour@tpsgc-pwgsc.gc.ca
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4th floor
    Gatineau, Quebec, K1A0S5

    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
    003
    French
    2
    003
    English
    28
    002
    French
    1
    002
    English
    21
    001
    French
    5
    001
    English
    31
    000
    French
    15
    000
    English
    136

    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: