SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

PSIB Mandatory Set-Aside: Evaluation of the First Nations and Inuit Policing Facilities Program

Solicitation number 202304020

Publication date

Closing date and time 2023/08/15 14:00 EDT

Last amendment date


    Description

    Mandatory Set-Aside Under the Procurement Strategy for Indigenous Businesses. This procurement is set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 and under the stated consultant category, security level, region, level of expertise for the following category(ies): 2.12 Evaluation Services Consultant.

    The following SA Holders have been invited to submit a proposal.
    1. Aboriginal Employment Services Inc.
    2. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    3. ADRM Technology Consulting Group Corp.
    4. ADRM Technology Consulting Group Corp., and Randstad Interim Inc.
    5. Big River Analytics Ltd.
    6. Creative Fire LP
    7. Donna Cona Inc.
    8. Goss Gilroy Inc.
    9. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In JOINT VENTURE
    10. Malarsoft Technology Corporation
    11. Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
    12. Maverin Business Services Inc.
    13. MINDWIRE SYSTEMS LTD., Akkada Professional Services Inc., HubSpoke Inc., in Joint Venture
    14. Mobile Resource Group Inc
    15. NATTIQ INC.
    16. Nisha Technologies Inc.
    17. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    18. Orbis Risk Consulting Inc, Okwaho Management Resources Inc., IN JOINT VENTURE
    19. SEASI Consulting Inc.
    20. T.I.7 Inc.
    21. Talent Transformation Group Inc
    22. Three Hive Consulting
    23. TWO WORLDS CONSULTING LTD.

    Description of the Requirement:

    The socio-economic gap between Indigenous and non-Indigenous Peoples in Canada is significant. Aging, inadequate infrastructure in Indigenous communities has had significant and ongoing negative consequences for social, health, and economic outcomes. Policing facilities have fallen into a state of disrepair and are in need of significant remediation.

    As a result of the ad hoc approach taken in the past to fund the policing facilities in First Nation and Inuit communities, various facilities pose health and safety risks to police officers, detainees, and other individuals that may enter the premises.

    Public Safety Canada funds the FNIPFP to support better policing infrastructure for the people who live and work in Indigenous communities. These investments will support First Nation and Inuit communities to ensure their policing infrastructure meets building, policing facility, and health and safety standards.

    The program is cost-shared 52%-48% with the provinces and territories and will provide funding to repair, renovate, or replace policing facilities owned by First Nation and Inuit communities.

    The Internal Audit and Evaluation Directorate, Public Safety Canada, is seeking the services of a Contractor to conduct an evaluation of Public Safety’s First Nations and Inuit Policing Facilities Program as required by the Treasury Board Policy and Directive on Results (2016). The evaluation will focus on:
    • achievement of short and medium term outcomes;
    • successes and challenges encountered over the evaluation period;
    • the application and inclusion of Gender-Based Analysis Plus (GBA+) considerations in program design and implementation;
    • relationship between program and other related federal policy and legislative programs; and best practices, lessons learned and potential opportunities to improve performance.

    The evaluation will provide the Deputy Minister of Public Safety Canada, as well as senior management, with reliable information to support decision making regarding Public Safety’s First Nations and Inuit Policing Facilities Program. The evaluation will cover the time period from 2018-19 to the current fiscal year.

    Applicable Trade Agreements: Canada’s obligations under any applicable trade agreements are set-aside as a result of the Procurement Strategy for Indigenous Business (PSIB).

    Level of Security Requirement:

    • Resource Minimum Security Level Required: Reliability Status
    • Document Safeguarding Minimum Level Required: None
    Proposed period of contract:

    The requirement is intended to result in the award of one (1) contract. The proposed period of contract shall be from September 1, 2023 to March 31, 2024.

    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 7 month(s), with a proposed start date of 2023/09/01.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Public Safety Canada
    Address

    269 Laurier Street West

    Ottawa, ON, K1A0P8
    Canada
    Contracting authority
    Mathieu Lemieux
    Phone
    (613) 878-6790
    Email
    mathieu.lemieux@ps-sp.gc.ca
    Address

    269 Laurier Street West

    Ottawa, ON, K1A0P8
    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.

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

    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
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    7 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.

    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: