Third Party Funding Agreement Management Services – Framework Agreement

Status Awarded

Contract number A0480-13-0051/7

Solicitation number A0480-13-0051

Publication date

Contract award date


    Description

    This contract was awarded to:

    1621749 Ontario Ltd. o/a Crupi Consulting Business Development and Solutions
    Department of Indian Affairs and Northern Development (DIAND) Canada seeks to establish framework agreements to acquire access to qualified Third Party Funding Agreement Managers, if and when required, as per its Default Prevention and Management Policy.
    While the framework agreement will be established between DIAND and successful bidders, other federal government departments may also draw upon services via call-ups under the same framework agreement.
    The framework agreement establishes a list of prequalified individuals / firms, by closest point of departure and language capacity for the provision of third party funding agreement management services to Aboriginal Recipients. The framework agreement establishes general terms and conditions and describes a variety of services that may be required and called upon under Canada’s funding agreement(s) with Aboriginals. The call-up when signed by both parties will constitute the actual contractual containing a detailed statement of work, cost and duration of the call-up. The need for services is triggered by the provisions of the Default Prevention and Management Policy calling for third party funding agreement management services.  
    The framework agreement is excluded from trade agreements.
    The role of the Third Party Funding Agreement Manager (TPFAM) is of a financial / administrative nature.  The purpose of the service is to safeguard the financial operations required in support of the delivery of programs and services to First Nation communities while assisting the Recipient to be in a position to administer the funding in the near future.  
    Mandatory Requirements:
    (i)	Proposals must be prefaced by a letter signed and dated by an authorized officer of the bidder, and attesting to the validity of the information contained in the proposal.
    (ii)	For each resource proposed, proposals must indicate for which closest point of departure list(s) it wants to be considered and the language(s) in which services are offered.
    Rated requirements:
    The rated technical criteria take into consideration the experience of the bidder, and the experience and expertise of the proposed personnel.
    The financial proposal shall consist of fixed per diem rate for the resource.
    Basis of Selection:
    Compliant proposals achieving the intermediate and overall pass marks will be deemed to represent best value and will be eligible for the award of a framework agreement.
    The duration of the framework agreement shall be from award date to April 1, 2017. DIAND reserves the right to extend the duration of the framework agreements by up to two (2) additional one (1) year periods, at its discretion, for a total maximum duration of 5 years.
    Business address
    577 Eleventh Avenue
    Thunder Bay, ON, P7B 2R5
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019AB - Professional Services / Program Advisory Services
    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Martineau, Christian
    Phone
    819-956-1601
    Address
    10 Wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Date modified: