Task and solutions professional services – 3.1 Project Administrators and 3.2 Project Manager Consultants - Level 2 (Intermediate)

Solicitation number 1000248304

Publication date

Closing date and time 2023/06/14 14:00 EDT

Last amendment date


    Description

    This requirement is for: Health Canada – TSPS RFP 1000248304

    This procurement has been conditionally set aside under the federal government's Procurement Strategy for Indigenous Business (PSIB). The procurement is open to both Indigenous and nonIndigenous businesses. However, if two or more Indigenous businesses submit a bid, then the procurement is set aside under PSIB. In order to be considered under PSIB, a supplier must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following categories:

    Stream 3: Project Management Services Stream
    3.1 Project Administrators, Level 2
    3.2 Project Manager Consultants, Level 2

    The following SA Holders have been invited to submit a proposal.

    1. A Hundred Answers Inc.
    2. ADGA Group Consultants Inc.
    3. BDO Canada LLP
    4. Cistel Technology Inc.
    5. Colliers Project Leaders Inc.
    6. Donna Conna Inc.
    7. iFathom Corporation
    8. Lightening Tree Consulting Inc.
    9. Maplesoft Consulting Inc.
    10. Mindwire Systems Ltd., Akkada Professional Services Inc., HubSpoke Inc., in Joint Venture
    11. Nisha Technologies Inc.
    12. Quallium Corporation
    13. Quarry Consulting Inc.
    14. Radstad Interim Inc.
    15. Transpolar Technology Corporation and The Halifax Computer Consulting Group in Joint Venture

    Description of the Requirement:

    Health Canada, Health Products and Food Branch (HPFB) Health Canada has a requirement for up to two (2) TSPS Level 2 Project Administrators and up to four (4) TSPS Level 2 Project Managers to offer services across the HPFB on an as and when required basis.

    Level of Security Requirement:

    Common Professional Services Security Requirement #6
    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The contractor/offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction
    4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC
    5. The contractor/offeror must comply with the provisions of the:
    a. Security Requirements Check List and security guide (if applicable), attached at Annex C.
    b. Contract Security Manual (latest edition)

    Estimated Level of Effort:

    The estimated level of effort for all resources under category 3.1 Project Administrator is 800 days, and 3.2 Project Manager is 2400 days.

    Estimated Quantity of Commodity: Tier 1 – TSPS – up to 3.75M

    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)

    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
    Health Canada
    Address

    200 Eglantine Driveway

    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Yvonne Murphy
    Phone
    (343) 543-1965
    Email
    yvonne.murphy@hc-sc.gc.ca
    Address

    200 Eglantine Driveway, Tunney's Pasture

    Ottawa, ON, K1A 0K9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    10
    001
    French
    0

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    36 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.