TSPS Project management services office renewals
Solicitation number 24-58006/A
Publication date
Closing date and time 2024/05/29 14:00 EDT
Last amendment date
Description
Solutions-Based Professional Services (TSPS) Requirement
This requirement is for: National Research Council of Canada
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualified under Tier 1 for the following stream(s):
2.0 Project Management Services
The following SA Holders have been invited to submit a proposal.
• A hundred Answers Inc.
• Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
• AECOM Canada Ltd.
• BGIS Global Integrated Solutions Canada LP
• BRYCA Solutions Inc.
• Colliers Project Leaders Inc.
• CVL Information Solutions Inc.
• Deloitte Inc.
• KPMG LLP
• NATTIQ Inc, Vision XRM Inc. XRM Vision Inc, Joint Venture
• Pricewater Coopers LLP
• Stantec Consulting Ltd
• Tiree Facility Solutions Inc.
• Turner & Townsend Canada Inc.
• WSP Canada Inc.
** THE INVITATION WILL NOT BE OPENED TO ALL ADDITIONAL SUPPLIERS AS IT WOULD NOT BE CONSISTENT WITH THE EFFICIENT OPERATION OF THE PROCUREMENT SYSTEM.**
Description of the Requirement:
Over the next 3 years the NRC will be looking to hire a project manager to assists in the work of 3 distinct projects under the office renewal initiative.
Level of Security Requirement:
Company Minimum Security Level Required
Protected B
Resource Minimum Security Level Required
Protected B
Applicable Trade Agreements:
This requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP) the Canadian Free Trade Agreement (CFTA), the Canada European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canada-Korea Free Trade Agreement, the Canada-Ukraine Free Trade Agreement (CUFTA), the Canada-Chile Free Trade Agreement (CCFTA), Canada-Honduras Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), the Canada - Colombia Free Trade Agreement (CColFTA), Canada-United Kingdom Trade Continuity Agreement, and the Canada Panama Free Trade Agreement (CPanFTA).
Proposed period of contract:
The proposed period of contract shall be from July 2024 to June 2025, with 2 additional 1 year options.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 350 (days)
File Number: 24-58006/A
Contracting Authority: Paul Hewitt
Phone Number: 343-573-1068
E-Mail: Paul.hewitt@nrc-cnrc.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 36 month(s).
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
-
NRC-CNRC
- Address
-
1200 Montreal road
Ottawa, Ontario, K1A 0R6Canada
- Contracting authority
- Paul Hewitt
- Phone
- (343) 573-1068
- Email
- Paul.Hewitt@nrc-cnrc.gc.ca
- Fax
- N/A
- Address
-
1200 Montreal road
Ottawa, Ontario, K1A 0R6Canada