ISP Review for IRB

Solicitation number 20222456-IRB

Publication date

Closing date and time 2023/08/22 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    TASK BASED PROFESSIONAL SERVICES (TSPS)

    This requirement is for Immigration Refuge Board of Canada (IRB)

    Solicitation Date: July 19th, 2023
    Anticipated Start Date: Once evaluations have been completed
    Solicitation: Competitive
    Number of Contracts: 1
    Additional: The IRB will accept up to 5 additional bids to a max of 21 for this requirement.

    Requirement Details

    This requirement is only open to those Supply Arrangement Holders under E60ZT-18TTSPS who qualified under Tier 1 (= $0 - $3.75m) for the following categories:

    2.12 Evaluation Services Consultant One (1) Senior Resource (Level 3)

    The following SA Holders have been invited to bid on this bid solicitation:

    1. Accenture Inc
    2. ADGA Group Consultants Inc
    3. BDO Canada LLP
    4. Creative File LP
    5. Deloitte Inc
    6. Global Advantage Consulting Group Inc
    7. Gov Insights Consulting Inc.
    8. Goss Gilroy Inc
    9. Isheva Inc Ranakan Inc in JOINT VENTURE
    10. Kelly Sears Consulting Group
    11. KPMG LLP
    12. Makwa Resourcing Inc TPG Technology Consulting Limited JV
    13. Raymond Chabot Grant Thornton Consulting Inc
    14. Spearhead Management Canada Ltd.
    15. Talent Transformation Group Inc
    16. The Aim Group Inc.

    Description of Work:
    The IRB requires a Resource Consultant to review the interpreter services program. The review will provide recommendations on how to manage and operate an effective, secure program that meets the needs of the IRB and the refugee claimants. The reviewer will also review the contracting and delivery model of the services including considerations for outsourcing as an option.
    Security Requirement: Common PS SRCL #6 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Reliability

    Applicable Trade Agreements: (details below)

    Applicable Trade Agreements:
    The requirement is subject to the provisions of:
    - Canadian Free Trade Agreement (CFTA);
    - Canada-Chili Free Trade Agreement;
    - Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);
    - Canada-Colombia Free Trade Agreement;
    - Canada-European Union Comprehensive Economic and Trade Agreement (CETA);
    - Canada-Honduras Free Trade Agreement;
    - Canada-Korea Free Trade Agreement;
    - Canada-United States-Mexico Agreement (CUSMA;
    - Canada-Panama Free Trade Agreement;
    - Canada-Peru Free Trade Agreement;
    - World Trade Organization Agreement on Government Procurement (WTO-AGP);

    Associated Documents: N/A

    Proposed period of contract:
    The proposed period of contract is from contract award date to March 31st, 2024.

    Estimated Level of Effort:
    The estimated level of effort of the contract is 80 days.

    File number: 20222456-IRB

    Contract Authority

    Name: Christos Papoutsis
    Phone Number:
    Email Address: christos.papoutsis@irb-cisr.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 6 month(s), with a proposed start date of 2023/09/11.

    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)

    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
    Immigration and Refugee Board of Canada
    Address

    344 Slater Street, 12th Floor

    Ottawa, Ontario, K1A 0K1
    Canada
    Contracting authority
    Christos Papoutsis
    Phone
    (514) 249-2780
    Email
    Christos.Papoutsis@irb-cisr.gc.ca
    Address

    344 Slater Street, 12th Floor

    Ottawa, Ontario, K1A 0K1
    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
    and
    French
    8

    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
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Ottawa
    Contract duration
    6 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: