TSPS Solutions - Techno-economic Analysis of Hydrogen Energy Systems in Remote and Indigenous Communities

Solicitation number NRCan-5000078378

Publication date

Closing date and time 2024/06/13 14:00 EDT

Last amendment date


    Description

    SOLUTIONS Based Professional Services (TSPS) Requirement

    Natural Resources Canada (NRCan) is seeking proposals from bidders to evaluate the techno-economic potential, opportunities, and challenges for the deployment of hydrogen energy systems in Canadian communities that are not connected to the bulk power grid and rely on fossil fuels for heat and power, including nearby industrial sites. This will also include an in-depth analysis of the hydrogen value chain required to deploy hydrogen energy systems in these Canadian communities.

    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualified under Tier 1 and under the stated consultant category: Stream 2: Business consulting/change management services

    The requirement is intended to result in the award of one (1) contract.

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

    1270665 Ontario Inc.
    3149455 Canada Inc.
    A Hundred Answers Inc.
    Accenture Inc.
    ACF Associates Inc.
    ADAPTOVATE Inc
    ADGA Group Consultants Inc.
    AECOM Canada Ltd.
    Akkodis Canada Inc.
    ALITHYA CANADA INC
    ALTRUISTIC INFORMATICS CONSULTING INC.
    BDO Canada LLP
    Bell Browne Molnar and Delicate Consulting Inc.
    Blue Water Sourcing Inc
    BOSTON CONSULTING GROUP CANADA ULC
    BRYCA Solutions Inc.
    BurntEdge Incorporated
    Calian Ltd.
    Cathexis Consulting Inc.
    CGI Information Systems and Management Consultants Inc.
    CHANT LIMITED
    CloseReach Ltd.
    Cofomo Inc.
    Colliers Project Leaders Inc.
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    Confluence Consulting Inc.
    CORE Software Corp
    CPCS Transcom Limited
    CVL INFORMATION SOLUTIONS INC.
    Dare Human Resources Corporation
    Deloitte Inc.
    DLS Technology Corporation
    DPRA Canada Incorporated
    Eclipsys Solutions Inc
    Econ Inc.
    ELSEVIER CANADA INC.
    ERM Consultants Canada Ltd.
    Ernst & Young LLP
    eVision Inc., SoftSim Technologies Inc. in Joint Venture
    FERENCE & COMPANY CONSULTING LTD.
    Forum Research Inc.
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    Gartner Canada Co.
    Gelder, Gingras & Associates Inc.
    GHD Consultants Ltd. GHD Consultants Ltée
    Global Advantage Consulting Group Inc (Ottawa)
    Goss Gilroy Inc.
    Groupe Intersol Group Ltee.
    Hackett Consulting Inc.
    Healthtech Inc.
    Hickling, Arthurs, Low Corporation
    Holonics Inc.
    Human Resource Systems Group Ltd.
    HumanSystems Incorporated
    Innovative Facilitation Incorporated
    InterVISTAS Consulting Inc.
    IT/Net - Ottawa Inc.
    Kelly Sears Consulting Group
    KORN FERRY (CA) LTD. KORN FERRY (CA) LTEE.
    KPMG LLP
    Kunst Solutions Corp.
    Le Groupe Conseil Bronson Consulting Group
    Le Groupe-conseil baastel ltée
    Lean Agility Inc.
    Levio Conseils Inc.
    LNW Consulting Inc
    Maplesoft Consulting Inc.
    McKinsey & Company Canada
    MDOS CONSULTING INC.
    MGIS Inc.
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    MNP LLP
    NATTIQ Inc, Vision XRM Inc. XRM Vision Inc , in Joint Venture
    NATTIQ INC.
    Niewe Technology and Consulting Ltd.
    Nortak Software Ltd.
    Nous Group Holdings (Canada) Ltd.
    Oliver Wyman Government Services ULC
    Optimus SBR Inc.
    Orbis Risk Consulting Inc.
    P3 Advisors inc.
    PGF Consultants Inc.
    Posterity Group Consulting Inc,
    PRA Inc.
    Pricewaterhouse Coopers LLP
    PubliVate Inc.
    QATALYST RESEARCH GROUP INC.
    Quallium Corporation
    R.A. Malatest & Associates Ltd.
    Raymond Chabot Grant Thornton Consulting Inc.
    Research Power (N.S.) Inc.
    RESEAU CIRCUM INC.
    RHEA INC.
    Risk Sciences International Inc.
    SALASAN Consulting Inc.
    Samson & Associés CPA/Consultation Inc
    Sia Partners Inc. / Sia Partenaires Inc.
    Sierra Systems Group Inc.
    Space Strategies Consulting Ltd
    Systemscope Inc.
    Taligent Consulting Inc.
    TDV Global inc.
    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    Technomics, Incorporated
    The Barrington Consulting Group Inc.
    The Burnie Group
    The Institute on Governance
    THE LANSDOWNE CONSULTING GROUP INC.
    The Social Research and Demonstration Corporation
    The Universalia Management Group Ltd.
    Tiree Facility Solutions Inc.
    Vision Wheel Marketing Inc.
    WSP CANADA INC.
    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    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 10 month(s), with a proposed start date of 2024/06/01.

    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-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
    Natural Resources Canada
    Address

    580 Booth Street

    Ottawa, Ontario, K1A 0E4
    Canada
    Contracting authority
    Jason Mulligan
    Phone
    (343) 553-8975
    Email
    Jason.Mulligan@nrcan-rncan.gc.ca
    Address

    580 Booth Street

    Ottawa, Ontario, K1A 0E4
    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
    Region(s) of delivery
    Ottawa
    Region of opportunity
    Canada
    Contract duration
    10 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: