TSPS-2.1 Business Analysis - Marine Policy Analysis & Advisory Services

Solicitation number T8080-230240

Publication date

Closing date and time 2023/12/22 14:00 EST

Last amendment date


    Description

    This requirement is for: Transport Canada

    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):

    2.0 Business Consulting/ Change Management Stream; 2.1 Business Analysis

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

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

    1. Accenture Inc.
    2. AECOM Canada Ltd.
    3. Calian Ltd
    4. CloseReach Ltd.
    5. CPCS Transcom Limited
    6. Deloitte Inc.
    7. Ernst & Young LLP
    8. IBISKA Telecom Inc.
    9. KPMG LLP
    10. Kyndryl Canada Limited
    11. Euroconsult North America Services Inc.
    12. Pricewaterhouse Coopers LLP
    13. Rhea Inc.
    14. Tato Recuiting Inc., S.I. Systems ULC in Joint Venture
    15. Valcom Consulting group Inc.,

    Description of the Requirement:

    The policy analysis component of Marine Policy in Transport Canada’s Policy Group has an ongoing requirement to access transportation policy analysis/advisory services in the marine sector. To this end, Marine Policy is seeking to establish one contract to provide access to Marine Transportation Policy Professional Resources for projects on an “as and when required” basis.

    Marine Policy’s current and future analysis requirements are grouped under three broad categories:
    i. support policy-focused marine sector analysis to inform issue specific or discrete policy development;
    ii. develop policy-focused marine sector analysis and research in support of Transport Canada’s strategic policy analysis and development in the marine transportation sector; and
    iii. support of socio-economic, social, environmental and technological trends that may impact the marine sector.

    Level of Security Requirement:
    Company Minimum Security Level Required: Protected A, Protected B
    Resource Minimum Security Level Required: Reliability
    Document Safeguarding Security Level Required: None

    For more information on personnel and organization security screening or security clauses, bidders should refer to Industrial security and controlled goods at Public Services and Procurement Canada - Canada.ca) website.

    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). Canada-Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-Columbia Free Trade Agreement (CCoFTA), Canada-Honduras Free Trade Agreement (CHFTA), Canada-Korea Free Trade Agreement (CKFTA), Canada-Panama Free Trade Agreement (CPaFTA), Canada-Peru Free Trade Agreement (CPFTA), Canada-Ukraine Free Trade Agreement (CUFTA) and Canada-United Kingdom Trade Continuity Agreement.

    Associated Documents:
    Request for Proposal (RFP) documents will be e-mailed directly, from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement.

    Proposed period of contract:

    The proposed period of contract shall be from April 1, 2024, to March 31, 2025, followed by up to three (3) additional one (1) year option period(s).

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 242 days.

    File Number: T8080-230240

    Contracting Authority: Diana Daigle-Pietsch

    Phone Number: 416-550-7952

    E-Mail: diana.daigle-pietsch@tc.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 48 month(s).

    Trade agreements

    • Please refer to tender description or tender documents

    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
    Transport Canada
    Address

    330 Sparks Street

    Ottawa, Ontario, K1A 0N5
    Canada
    Contracting authority
    Diana Daigle-Pietsch
    Phone
    416550-7952
    Email
    diana.daigle-pietsch@tc.gc.ca
    Address

    330 Sparks Street

    Ottawa, Ontario, K1A 0N5
    Canada
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    Canada
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    48 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.