SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Professional Services

Solicitation number B7320-200061/A

Publication date

Closing date and time 2021/02/25 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: Citizenship and Immigration Canada (CIC) 
    
    This requirement is open only to those Supply Arrangement Holders under TSPS SA Task Based, E60ZT-18TSPS who qualified under Tier 2 for the following stream: 
    
    TSPS Streams 
    
    Stream 1: Human Resources Services
    Stream 2: Business consulting/change management services 
    Stream 3: Project management services 
    
    The following SA Holders have been invited to submit a proposal.
    
    Human Resources Services (Stream 1)
    
    2147729 ONTARIO CORPORATION  
    7792395 Canada Inc.  
    Acosys Consulting Services Inc.  
    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  
    C.B.-Z. Inc  
    Calian Ltd.  
    Contract Community Inc.  
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE  
    Dare Human Resources Corporation  
    Excel Human Resources Inc.  
    HDP Group Inc  
    KORN FERRY (CA) LTD. KORN FERRY (CA) LTEE.  
    Lannick Contract Solutions Inc.  
    Lumina IT inc.  
    Lumina IT inc./C.B.-Z. Inc. (Joint Venture)  
    Maplesoft Consulting Inc.  
    Maverin Business Services Inc.  
    MGIS Inc.  
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE  
    Olav Consulting Corp  
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE  
    Pleiad Canada Inc.  
    Protak Consulting Group Inc.  
    QMR Staffing Solutions Incorporated  
    Samson & Associés CPA/Consultation Inc  
    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.  
    T.I.7 Inc.  
    TAG HR The Associates Group Inc.  
    TDV Global inc.  
    The AIM Group Inc.  
    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.  
    
    Business Consulting/Change Management (Stream 2) & Project Management Services (Stream 3)
    
    A Hundred Answers Inc. 
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    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 
    Beyond Technologies Consulting Inc. 
    BMT CANADA LTD. 
    Calian Ltd. 
    Cistel Technology Inc. 
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Contract Community Inc. 
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    CVL INFORMATION SOLUTIONS INC. 
    Dare Human Resources Corporation 
    Ernst & Young LLP 
    Excel Human Resources Inc. 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    KPMG LLP 
    Lansdowne Technologies Inc. 
    Leo-Pisces Services Group Inc. 
    Lumina IT inc. 
    Maplesoft Consulting Inc. 
    Maverin Business Services Inc. 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    Mindwire Systems Ltd. 
    Modis Canada Inc 
    NATTIQ INC. 
    Olav Consulting Corp 
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE 
    Orbis Risk Consulting Inc. 
    Portage Personnel Inc. 
    Pricewaterhouse Coopers LLP 
    Procom Consultants Group Ltd. 
    Protak Consulting Group Inc. 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    Raymond Chabot Grant Thornton Consulting Inc. 
    S.I. SYSTEMS ULC 
    Samson & Associés CPA/Consultation Inc 
    Sierra Systems Group Inc. 
    T.E.S. Contract Services INC. 
    TDV Global inc. 
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA 
    The Avascent Group, Ltd. 
    The Halifax Computer Consulting Group Inc. 
    The Right Door Consulting & Solutions Incorporated 
    Tiree Facility Solutions Inc. 
    TPG Technology Consulting Ltd. 
    TRM Technologies Inc. 
    Zernam Enterprise Inc 
    
    Description of the Requirement:
    
    This bid solicitation is being issued to satisfy the requirement of the Citizenship and Immigration Canada (CIC) for the provision of the Task and Solutions Professional Services.  
    
    Canada is seeking to establish up to 2 contracts on an “as and when requested” basis, as defined in Annex "A", Statement of Work for Citizenship and Immigration Canada, for a period of 3 years each, plus 2 one-year irrevocable options allowing Canada to extend the term of the contract(s).
    
    The resulting contract(s) is/are divided into the following:
    
    1. Human Resources Services
    2. Business Consulting/Change Management & Project Management Services
    
    Canada reserves the right to add additional resources to the consultant categories listed in the contract.
    
    
    Security Requirement:
    
    The following security requirement (SRCL and related clauses provided by the Contract Security Program  apply and form part of the Contract:  
    
    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid Facility Security Clearance at the level of secret, issued by the CSP of the ISS, PSPC
    2. The contractor/offeror personnel requiring access to protected/classified information, assets or sensitive work site(s) must each hold a valid personnel security screening at the level of reliability status or secret as required, granted or approved by the CSP/ISS/PSPC
    3. The contractor/offeror must not remove any protected/classified information 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:    B7320-200061/A
    
    Contracting Authority: Amélie Hamann
    Phone Number:  613-859-0582
    E-Mail:   Amelie.hamann@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)

    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
    Haman, Amelie
    Phone
    (613) 859-0582 ( )
    Email
    amelie.hamann@tpsgc-pwgsc.gc.ca
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4th floor
    Gatineau, Quebec, K1A0S5

    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
    005
    French
    1
    005
    English
    30
    004
    French
    4
    004
    English
    18
    003
    French
    3
    003
    English
    17
    002
    French
    7
    002
    English
    25
    001
    French
    8
    001
    English
    59
    000
    French
    28
    000
    English
    187

    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: