TSPS Solutions for the evaluation of the Legal Services of the Central Agencies Portfolio at Justice Canada
Solicitation number 1000017416
Publication date
Closing date and time 2015/03/16 15:00 EDT
Description
File Number: 1000017416 Contracting Authority: Traian Coconetu E-Mail: traian.coconetu@justice.gc.ca This requirement No 1000017416 is for Justice Canada. This requirement is open only to those Supply Arrangement Holders under TSPS Solutions E60ZN-13TSSB/ who qualified under Tier “ 1 ” (= $0-$2M ) stream for Business Consulting / Change Management Stream. The following SA Holders have been invited to submit a proposal. 1. Deloitte Inc. 2. Eclipsys Solutions Inc 3. eVision Inc., SoftSim Technologies Inc. in Joint Venture 4. Goss Gilroy Inc. 5. HDP Group Inc 6. Hickling, Arthurs, Low Corporation 7. Intergage Consulting Group Inc. 8. Kelly Sears Consulting Group 9. Le Groupe Conseil Bronson Consulting Group 10. Nortak Software Ltd. 11. PGF Consultants Inc. 12. Phirelight Security Solutions Inc. 13. PRA Inc. 14. PROGRAM EVALUATION AND BEYOND INC. 15. Raymond Chabot Grant Thornton Consulting Inc. 16. Research Power (N.S.) Inc. 17. RESEAU CIRCUM INC. 18. Taligent Consulting Inc. 19. The Strategic Review Group Inc. 20. TNS Canadian Facts Description of the requirement: The Department of Justice Canada (Justice) requires the services of a contractor to conduct an evaluation of the Legal Services of the Central Agencies Portfolio (CAP) in accordance with the 2009 Treasury Board of Canada Secretariat Policy on Evaluation. The CAP is one of the organizations through which the Department of Justice seeks to ensure a federal government that is supported by high-quality legal services. CAP manages legal issues related to the central agency functions of government. The Contractor will provide an evaluation team to implement the Portfolio’s evaluation plan that identifies appropriate methodologies and approaches that will support the assessment of the core evaluation issues - relevance and performance of the Program - as outlined in the 2009 Treasury Board Secretariat Directive on the Evaluation Function available at: http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=15681. At least one (1) senior member of the proposed team must have legal training (e.g., law degree, paralegal diploma). (*)Senior team members are defined as individuals with a minimum of 10 years experience in conducting evaluations. The Bidder must demonstrate that they have completed one (1) evaluation (*) of a legal program or the delivery of legal services in the federal government since 2009. The Evaluation will cover fiscal years 2009-10 to 2013-14. The Portfolio has never been formally evaluated. Security Requirement Summary: At the date of bid closing, the following security requirement (Security Requirements Check List -SRCL and related clauses) applies and form part of the Contract: SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE COMMON-PS-SRCL#19 1. The Contractor must, at all times during the performance of the Contract, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Contractor personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET as required, granted or approved by CISD/PWGSC. 3. The Contractor MUST NOT remove any PROTECTED/CLASSIFIED information from the identified work site(s), and the Contractor 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 CISD/PWGSC. 5. The Contractor must comply with the provisions of the: a. Security Requirements Check List and security guide; b. Industrial Security Manual (Latest Edition). Proposed period of contract: The period of the Contract is from date of Contract to January 11, 2016 inclusive. The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to one (1) additional six(6) months period under the same conditions. 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
Refer to the description above for full details.
Trade agreements
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
- Contracting authority
- Coconetu, Traian
- Phone
- traian.coconetu@justice.gc.ca
- Address
-
284 Wellington StreetOttawa, ON, K1A 0H8CA
Buying organization(s)
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
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.