Samuel De Champlain Bridge Corridor Project – Asset Valuation Exercise
Solicitation number PS5430 HICC-LICC
Publication date
Closing date and time 2025/09/15 10:00 EDT
Last amendment date
Description
Solutions-Based Professional Services (TSPS) Requirement
This requirement is for: Housing, Infrastructure and Communities Canada.
REISSUE OF A BID SOLICITATION
This bid solicitation cancels and supersedes previous bid solicitation number HICC/LICC-2024/2025 - PS5430 Samuel De Champlain Bridge Corridor Project – Asset Valuation Exercise dated March 11, 2025 with a closing of April 8, 2025 at 10am. A debriefing or feedback session will be provided upon request to bidders/offerors/suppliers who bid on the previous solicitation.
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualified under Tier 1 of the following Stream:
4. Real property project management services
The requirement is intended to result in the award of one (1) contract.
All of the qualified SA Holders have been invited to submit a proposal.
1. Arup Canada Inc.
2. Blue Water Sourcing Inc
3. Cogerec Consultants Ltd. / Les Consultants Cogerec Ltée
4. COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC., Tiree Facility Solutions Inc. in Joint Venture
5. Deloitte Inc.
6. Ernst & Young LLP
7. Goss Gilroy Inc.
8. Kinetica Dynamics Inc.
9. KPMG LLP
10. Macogep inc.
11. p2i strategies ltd.
12. P3 Advisors inc.
13. Pricewaterhouse Coopers LLP
14. Raymond Chabot Grant Thornton Consulting Inc.
15. Stratégia conseil inc
16. TURNER & TOWNSEND CANADA INC.
17. WSP CANADA INC.
Description of the Requirement:
Housing, Infrastructure and Communities Canada (HICC) is seeking an external contractor to undertake a project to assess the value of assets built as part of the Samuel De Champlain Bridge Corridor (SDCBC) project. The contractor will assess the current value of infrastructure assets that are to be divested by the Government of Canada to relevant authorities, including Ville de Montreal (VDM), The Jacques Cartier and Champlain Bridges Incorporated (JCCBI), the Ministère des Transports et de la Mobilité durable du Québec (MTMD) and Ville de Brossard (BROS).
The period of the Contract is from Contract Award Date to March 31, 2026.
Level of Security Requirement:
Company Minimum Security Level Required
Canada NATO Foreign
X Protected A NATO Unclassified Protected A
X Protected B NATO Restricted Protected B
Protected C NATO Confidential Protected C
Confidential NATO Secret Confidential
X Secret Cosmic Top Secret Secret
Top Secret Top Secret
Top Secret (SIGINT) Top Secret (SIGINT)
Resource Minimum Security Level Required
Canada NATO Foreign
Protected A NATO Unclassified Protected A
X Protected B NATO Restricted Protected B
Protected C NATO Confidential Protected C
Confidential NATO Secret Confidential
X Secret Cosmic Top Secret Secret
Top Secret Top Secret
Top Secret (SIGINT) Top Secret (SIGINT)
Applicable Trade Agreements:
The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
Associated Documents:
Confidentiality Agreement
Proposed period of contract:
The proposed period of contract shall be from Contract Award Date to March 31, 2026.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 80 days.
File Number: PS5430
Contracting Authority: Jennifer Hendrick
E-Mail: procurement-approvisionnement@infc.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
Contract duration
The estimated contract period will be 6 month(s), with a proposed start date of 2025/09/29.
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
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
Contact information
Contracting organization
- Organization
-
Office of Infrastructure of Canada (INFC)
- Address
-
1100-180 Kent Street,
Ottawa, Ontario, K1P 0B6Canada
- Contracting authority
- Rachelle Hill
- Phone
- (343) 550-3876
- Email
- rachelle.hill@infc.gc.ca
- Address
-
1100-180 Kent Street,
Ottawa, Ontario, K1P 0B6Canada
Bidding details
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| PS5430 - Confidentiality Agreement.pdf | 001 | EN | 7 | 2025/08/13 |
| PS5430 - Entente de confidentialité.pdf | 001 | FR | 3 | 2025/08/13 |