Independent Assessment of Labour Practices on Digital Platforms in Canada

Status Expired

Contract number 4500016642

Contract value :

CAD 195,490.00

Solicitation number 100030455

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    MDOS CONSULTING INC

    A contract was awarded to the successful bid submitted by MDOS Consulting Inc. in response to the above-noted solicitation. The price of the contract for the initial contract period is $173,000.00 excluding Goods and Services Tax/Harmonized Sales Tax, as applicable. (195,490.00 including Taxes)
    --------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
    The Amendment #001 is raised to extend the closing date from October 31, 2025 to November 7, 2025 at 2:00 PM Eastern Standard Time (EST).
    ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    for
    TASK Based Professional Services (TSPS) Requirement

    This requirement is for Employment and Social Development Canada.

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

    1. Category
    a) Category of personnel: 2.7 Needs analysis and research consultant, Senior
    Resources Required: One (1) resource
    Region/Metropolitan Area: Remote/Virtual Region;
    b) Category of personnel: 2.7 Needs analysis and research consultant, Intermediate
    Resources Required: One (1) resource
    Region/Metropolitan Area: Remote/Virtual Region.

    1.1 The requirement is intended to result in the award of one (1) contract.

    2. Description of the Requirement
    The primary objective of the project is to deliver an independent assessment of labour practices on digital platforms in Canada with the goal of encouraging companies to improve working conditions for gig workers employed through them.
    The contractor will produce two to three methodological approaches for assessing the labour practices of at least three digital platform operators in Canada. Each option will outline resource requirements, project scope, timelines, methodology, outcomes, and pros and cons inherent within and relative to each option.

    3. Security
    This solicitation does not include any security requirements.

    4. 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-Honduras Free-Trade Agreement, 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), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).

    5. Proposed period of contract
    The proposed period of contract is from contract award date to March 31, 2026.
    The Contractor will grant to Canada the irrevocable option to extend the term of the Contract by up to three additional one-year periods under the same terms and conditions.
    Option Period 1: April 1, 2026 to March 31, 2027
    Option Period 2: April 1, 2027 to March 31, 2028
    Option Period 3: April 1, 2028 to March 31, 2029

    6. Conditional Set-aside for Indigenous Business (PSIB)
    This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business (PSIB). In accordance with the requirements for conditionally set aside procurements of the PSIB, if there are two (2) or more responsive bids with a valid Indigenous Business Certification, only those responsive bids will be eligible to be awarded a contract; otherwise, all responsive bids will be eligible. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, see Annex 9.4 of the Supply Manual.

    7. Supply Agreement (SA) Holders
    The following SA Holders have been invited to submit a proposal:
    1) 6893449 Canada Inc
    2) Aboriginal Employment Services Inc.
    3) Acosys Consulting Services Inc.
    4) ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    5) ADRM Technology Consulting Group Corp.
    6) ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    7) Altis Recruitment & Technology Inc.
    8) Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    9) Creative Fire LP
    10) Deloitte Inc.
    11) Donna Cona Inc.
    12) Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    13) FERENCE & COMPANY CONSULTING LTD.
    14) Gartner Canada Co.
    15) Goss Gilroy Inc.
    16) I4C INFORMATION TECHNOLOGY CONSULTING INC
    17) Increment One Consulting Ltd
    18) IPSS INC.
    19) KPMG LLP
    20) MAKWA Resourcing Inc.
    21) Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    22) Malarsoft Technology Corporation
    23) Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    24) Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    25) Maverin Business Services Inc.
    26) Maverin Inc.
    27) MDOS CONSULTING INC.
    28) MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    29) Mobile Resource Group Inc
    30) MQO Research Inc.
    31) NATTIQ INC.
    32) Networks, Economics & Strategy (NE&S) Inc.
    33) Nisha Technologies Inc.
    34) OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    35) Orbis Risk Consulting Inc.
    36) OXARO INC.
    37) Prologic Systems Ltd.
    38) R.A. Malatest & Associates Ltd.
    39) Skyfly Solutions Inc., iFathom Corp in Joint Venture
    40) SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    41) T.I.7 Inc.
    42) Talent Transformation Group Inc
    43) Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    44) TWO WORLDS CONSULTING LTD.

    8. Contact Information
    Solicitation #: 100030455
    Contracting Authority: Marco Quiroga
    E-Mail: nc-solicitations-gd@hrsdc-rhdcc.gc.ca

    9. Inquiries
    Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    10. Debriefings
    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    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

    Business address

    300-116 Albert St.

    Ottawa, ON, K1P 5G3
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Canada

    Contract duration

    The contract will be for a period of 4 month(s), from 2025/12/01 to 2026/03/31.

    Commodity - UNSPSC

    • 80101500 - Business and corporate management consultation services

    Trade agreements

    • 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
    Contact information

    Contracting organization

    Organization
    Department of Employment and Social Development (ESDC)
    Address

    140 Promenade du Portage

    Gatineau, QC, K1A 0J9
    Canada
    Contracting authority
    Marco Quiroga
    Phone
    (000) 000-0000
    Email
    nc-solicitations-gd@hrsdc-rhdcc.gc.ca
    Address

    140 Promenade du Portage

    Gatineau, QC, K1A 0J9
    Canada