Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, April 19, 10:00 am until 1:00 pm (EDT)

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Housing, Infrastructure and Communities Canada
    Address

    180 Kent Street

    Ottawa, ON, K1P 0B6
    Canada
    Contracting authority
    Rachelle Hill
    Phone
    (343) 550-3876
    Email
    Rachelle.hill@infc.gc.ca
    Address

    1100-180 Kent Street

    Ottawa, ON, K1P 0B6
    Canada
    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.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    5 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: