Human Capital Strategy

Solicitation number 0020150980

Publication date

Closing date and time 2015/12/08 13:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    Human Capital Strategy

    Solicitation No.: 0020150980
    Contracting Authority: Isabelle Legault
    Telephone No.: 613-990-6807
    Fax No.:613-990-0081
    E-mail Address: contracting@osfi-bsif.gc.ca

    This RFP is only for pre-qualified Suppliers for Category/Stream 1 Human Resources Services Stream against (TSPS) (method of supply (E60ZN-15TSSB).

    List of Pre-Qualified Suppliers invited to bid:

    1. Accenture Inc.
    2. Dare Human Resources Corporation
    3. Deloitte Inc.
    4. Ernst & Young LLP
    5. Human Resource Systems Group Ltd.
    6. IBM Canada Ltd.
    7. Interis Consulting Inc.
    8. KPMG LLP
    9. KWA Partners (Ottawa)
    10. MacKinnon-Charlton Limited
    11. Pricewaterhouse Coopers
    12. QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES INC. IN JOINT VENTURE
    13. Sierra Systems Group Inc
    14. The Institute on Governance
    15. The Niagara Institute

    DESCRIPTION OF REQUIREMENT:
    This bid solicitation is being issued to satisfy the requirement of the Office of the Superintendent of Financial Institution (OSFI) for the provision of Task and Solutions Professional Services. The office of the Superintendent has a requirement for a firm to develop a Human Capital Strategy. It is intended to result in the award of 1 contract.
    The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), and the Agreement on Internal Trade (AIT), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).

    The resulting contracts are not to be used for deliveries within a Comprehensive Land Claims Settlement Area (CLCSA). All requirements for delivery within a CLCSA are to be processed individually.

    DURATION OF CONTRACT

    The duration of the contract is from contract award to June 30th, 2016.

    EVALUATION PROCESS AND SELECTION METHODOLOGY

    A Best Value Score will be calculated by combining the Technical Score for compliant Bidders with their Weighted Bid Price. The Technical Score will represent 70% and the Weighted Bid Price will represent 30% of the Best Value Score.

    SECURITY REQUIREMENTS
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE COMMON-PS-SRCL#2
    1.The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening(DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    2.The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    3.Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    4.The Contractor/Offeror must comply with the provisions of the:
    a.Security Requirements Check List and security guide (if applicable), attached at Annex C;
    b.Industrial Security Manual (Latest Edition).

    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
    Office of the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    Canada
    Contracting authority
    Legault, Isabelle
    Phone
    613-990-6807
    Address
    255 Albert St.
    Ottawa, ON, K1A 0H2
    CA

    Buying organization(s)

    Organization
    Office of the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering