Canada Rental Protection Fund – Technical Expert Related to review and Evaluation of Responses to Call for Applications
Solicitation number HICC-PS5682
Publication date
Closing date and time 2025/04/07 10:00 EDT
Last amendment date
Description
Solutions Based Professional Services (TSPS) Requirement
This requirement is for: Housing, Infrastructure and Communities Canada
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualified under Tier 1 both of the following categories:
3.7 Procurement specialist
4.5 Financial/cost specialist for real property
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. BGIS GLOBAL INTEGRATED SOLUTIONS CANADA LP/BGIS SOLUTIONS GLOBALES INTEGREES CANADA S.E.C.
2. CHANT LIMITED
3. COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC.
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. KPMG LLP
8. Macogep inc.
9. P3 Advisors inc.
10. Pricewaterhouse Coopers LLP
11. Raymond Chabot Grant Thornton Consulting Inc.
12. Stantec Consulting Ltd.
13. Tiree Facility Solutions Inc.
14. TURNER & TOWNSEND CANADA INC.
15. WSP CANADA INC.
Description of the Requirement:
Canada’s Housing Plan and Budget 2024 announced the intention to launch the CRPF to protect the stock of existing affordable housing. There is an existing supply of affordable rental buildings that the community housing sector is ready to acquire but does not have the resources to purchase. Budget 2024 allocated $470 million in contributions and $1 billion in loans to the Canada Mortgage and Housing Corporation (CMHC) to administer the CRPF to support community housing providers in acquiring rental units and preserving rents at affordable levels for the long term. The CRPF is to be co-led and co-funded by the federal government and other partners.
HICC, with support from CMHC, is leading a Call for Applications to select one or more organization(s) with the most promising proposal for the implementation of the CRPF objectives. This organization or group of organizations would have broad community housing sector support, with experience in capital investment management, real-estate financing and program delivery.
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
Secret Cosmic Top Secret Secret
Top Secret Top Secret
Top Secret (SIGINT) Top Secret (SIGINT)
Resource 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
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:
Non-Disclosure Agreement
Proposed period of contract:
The proposed period of contract shall be from Contract Award Date to Octobre1, 2025.
File Number: PS5682
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 5 month(s).
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
Contact information
Contracting organization
- Organization
-
Housing, Infrastructure and Communities Canada
- Address
-
180 Kent Street
Ottawa, ON, K1P 0B6Canada
- Contracting authority
- Rachelle Hill
- Phone
- (343) 550-3876
- Email
- Rachelle.hill@infc.gc.ca
- Address
-
1100-180 Kent Street
Ottawa, ON, K1P 0B6Canada
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.