Energy Efficiency and Alternative Energy Projects to improve the Canadian Market

Solicitation number NRCan-5000076599

Publication date

Closing date and time 2024/06/13 14:00 EDT

Last amendment date


    Description

    This requirement is for: Natural Resources Canada (NRCan)

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 and under the stated consultant category, security level, region, level of expertise for the following categories:

    • Category 2.7, Needs Analysis and Research Consultant
    • Category 2.9, Statistics Analyst
    • Category 2.12, Evaluation Services Consultant
    • Category 2.13, Performance Measurement Consultant
    • Category 2.14, Subject Matter Expert
    • Category 2.15, Facilitator Consultant
    • Category 3.2, Project Manager

    The requirement is intended to result in the award of more than two (2) contracts.

    The following SA Holders have been invited to submit a proposal.

    1. 163904 Canada Inc,
    2. 4165047 Canada Inc.
    3. 8005931 Canada Inc
    4. 9149481 Canada Inc.
    5. A Hundred Answers Inc.
    6. Aboriginal Employment Services Inc.
    7. Accenture Inc,
    8. ACF Associates Inc.
    9. Acosys Consulting Services Inc.
    10. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    11. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    12. ADRM Technology Consulting Group Corp, and Randstad Interim Inc
    13. ADRM Technology Consulting Group Corp.
    14. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    15. ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE
    16. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    17. ARTEMP PERSONNEL SERVICES INC
    18. BDO Canada LLP
    19. Big River Analytics Ltd.
    20. BP & M Government IM & IT Consulting Inc.
    21. Breckenhill Inc.
    22. BRYCA Solutions Inc.
    23. BurntEdge Incorporated
    24. Calian Ltd.
    25. CGI Information Systems and Management Consultants Inc.
    26. Cistel Technology Inc.
    27. CloseReach Ltd.
    28. Cofomo Inc.
    29. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    30. CONTRACT COMMUNITY INC„ NISHA TECHNOLOGIES INC IN JOINT VENTURE
    31. CPCS Transcom Limited
    32. Donna Cona Inc.
    33. Doreen M Wong
    34. Durivage Management Solutions Limited
    35. Etico, Inc.
    36. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    37. GEF Consulting Inc.
    38. Goss Gilroy Inc.
    39. GSI International Consulting Inc.
    40. HumanSystems Incorporated
    41. IPSS INC.
    42. Just Governance Group Ltd.
    43. Kelly Sears Consulting Group
    44. KPMG LLP
    45. Le Groupe Conseil Bronson Consulting Group
    46. Leo-Pisces Services Group Inc.
    47. Makwa Resourcing Inc., TPG Technology Consulting Ltd, in JOINT VENTURE
    48. Malarsoft Technology Corporation
    49. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    50. Maolesoft Consulting Inc.
    51. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    52. Maverin Inc.
    53. Michael Wager Consulting Inc.
    54. Mindwire Systems Ltd.
    55. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    56. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION, in Joint Venture
    57. NATTIQ INC.
    58. NavPoint Consulting Group Inc,
    59. Nisha Technologies Inc.
    60. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    61. Paton & Associates Management Consulting Incorporated
    62. PISCES RESEARCH PROJECT MANAGEMENT INC.
    63. PLS Technology Corporation
    64. Portage Personnel Inc.
    65. Posterity Group Consulting Inc,
    66. Pricewaterhouse Coopers LLP
    67. Prologic Systems Ltd.
    68. Protak Consulting Group Inc.
    69. Raymond Chabot Grant Thornton Consulting Inc.
    70. RESEAU CIRCUM INC.
    71. Reticle Ventures Canada Incorporated
    72. Revay and Associates Limited
    73. Samson & Associes CPA/Consultation Inc
    74. SEASI Consulting Inc.
    75. Sierra Systems Group Inc.
    76. Skyfly Solutions Inc., iFathom Corp in Joint Venture
    77. Symbiotic Group Inc.
    78. Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc, in Joint Venture.
    79. T.I.7 Inc.
    80. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    81. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    82. Tech4soft Inc.
    83. Technomics, Incorporated
    84. TEKSYSTEMS CANADA CORP./SOCIETE TEKSYSTEMS CANADA
    85. The AIM Group Inc.
    86. The Halifax Computer Consulting Group Inc.
    87. THE LANSDOWNE CONSULTING GROUP INC.
    88. The Right Door Consulting & Solutions Incorporated
    89. Thomas&Schmidt Inc.
    90. Three Hive Consulting
    91. Tiree Facility Solutions Inc,
    92. TL7 Inc.
    93. Turtle Island Staffing Inc.
    94. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    95. Zernam Enterprise Inc

    Description of the Requirement:

    This bid solicitation is being issued to satisfy the requirement of Natural Resources Canada (NRCan) (the "Client") for task-based professional services (TSPS) under the TSPS Supply Arrangement (SA) method of supply. This bid solicitation is to establish contracts with task authorizations for the delivery of the requirement detailed in the bid solicitation across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will be treated as a separate procurement, outside the resulting contract.

    Level of Security Requirement:

    Company Minimum Security Level Required: Secret

    Resource Minimum Security Level Required: Secret

    Document Safeguarding Security Level Required: Not Applicable

    Applicable Trade Agreements:

    the Canadian Free Trade Agreement (CFTA);
    the Canada-Chile Free Trade Agreement (CCFTA);
    the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);
    the Canada-Columbia Free Trade Agreement (CCoFTA);
    the Canada-European Union Comprehensive Economic and Trade Agreement (CETA);
    the Canada-Honduras Free Trade Agreement (CHFTA);
    the Canada-Korea Free Trade Agreement (CKFTA);
    the Canada-Panama Free Trade Agreement (CPaFTA);
    the Canada-Peru Free Trade Agreement (CPFTA);
    the Canada- Ukraine Free Trade Agreement (CUFTA);
    the Canada-United Kingdom Trade Agreement Canada-UKTA; and
    the World Trade Organization Agreement on Government Procurement (WTO-AGP).

    Diversity

    Natural Resources Canada is committed to achieving a procurement process that reflects the diversity of Canada. We are dedicated to identifying and reducing barriers in our procurement processes. We continue to work on improving practices that will help ensure that equity group members are well-represented. To this end, minority-owned businesses are encouraged to apply to our processes.

    Proposed period of contract:

    The proposed contract duration will be from the contract date to March 31, 2025.

    Estimated Level of Effort:

    The estimated level of effort for each category will be for 30 days.

    File Number: NRCan-5000076599
    Contracting Authority: Alexandre Rheault
    Phone Number: 613-298-6447
    E-Mail: alexandre.rheault@nrcan-rncan.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

    --------------------------------------------------------------------------------------------------------------
    Amendment no. 1: Erratum.
    Amendment no. 2: Revised closing date.

    Contract duration

    The estimated contract period will be 9 month(s), with a proposed start date of 2024/06/12.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras 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-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    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
    Natural Resources Canada
    Address

    580 Booth Street

    Ottawa, ON, K1A 0E4
    Canada
    Contracting authority
    Alexandre Rheault
    Phone
    (613) 298-6447
    Email
    alexandre.rheault@nrcan-rncan.gc.ca
    Address
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    Canada
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    9 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest 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: