Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Competitive Analysis for North American Automotive Investments

Solicitation number IC401643

Publication date

Closing date and time 2017/01/24 14:00 EST

Last amendment date


    Description

    1.0 PURPOSE

    The department of Innovation, Science and Economic Development (ISED) Canada requires services to perform a competitive analysis of selected North American locations for automotive investments.

    The services will be required for a period commencing from contract award to June 15, 2017.

    2.0 TITLE OF PROJECT

    Competitive Analysis for North American Automotive Investments

    3.0 BACKGROUND

    ISEDC leads federal efforts for fostering growth and competitiveness in Canada’s automotive manufacturing industry, and ensuring that the business environment is conductive to maintain and attract investment. The automotive industry is a major contributor to the Canadian economy. The industry provides high paying jobs in vehicle and parts manufacturing, and is also a major purchaser of the output of many manufacturing sectors. The automotive industry also drives innovation in many types of advanced technologies and manufacturing processes.

    Both Canada and the United States (US) have well established automotive industries that are highly integrated, and Mexico’s automotive industry has grown significantly over the past two decades. Canada continues to compete with both the US and Mexico for new automotive investments and reinvestments. Companies deciding on a site for a new plant or a major re-tooling consider a wide variety of factors relating to both business costs and the business environment before making their investment decision. As such, ISEDC is interested in analysis of the competiveness issues for Canada and competing jurisdictions.

    4.0 PROJECT REQUIREMENTS/OBJECTIVES

    Innovation, Science and Economic Development Canada (ISEDC) requires the services of an external automotive expert or industry group with extensive understanding of the North American automotive industries and experience in identifying and quantifying comparative advantages of various North American automotive jurisdictions. ISEDC also seeks access to a computerized application that would permit customized cost modelling.

    The objective of this study is to examine major site selection factors considered by automotive assemblers when making investment decisions. More specifically, the tasks are to:

    1. Conduct a comprehensive analysis of competitiveness issues for automotive assembly plants in major North American automotive jurisdictions to assess the impact on new automotive assembly investments (greenfield), powertrain investments and reinvestments (e.g., retooling) within North America. This includes compiling a comprehensive list of cost variables for those automotive jurisdictions, along with other factors affecting costs and the business environment, including government incentives, exchange rates, and inflation. Preferably, the contractor would have the ability to compare costs and business environment issues to past analyses conducted.
    1. Create an interactive cost-modelling tool, which includes the key cost variables and incentive structures to permit simulation of a particular investment scenario (a greenfield investment, a retooling or re-investment, and powertrain investments).

    5.0 SCOPE OF WORK/PROJECT DETAILS

    1. Perform research on the key automotive jurisdictions selected for the comparative analysis to understand their cost components and comparatives advantages. Targeted jurisdictions include:
      • Canada: Waterloo (ON), Oshawa (ON), and Oakville (ON)
      • The US: Detroit (MI), Nashville (TN), Youngstown (OH), Atlanta (GA), Greenville (SC), Jackson (MS), Lafayette (IN), Montgomery (AL), and Louisville (KY).
      • Mexico: Toluca or Guanajuato (MX)
    1. Identify major site selection factors considered by automotive firms when making major investment decisions to be included in the cost model (e.g., production, transportation, labour, and utility costs). 
    1. Identify recent incentives granted for greenfield, re-tooling and powertrain investments at vehicle assembly plants in the jurisdictions noted above and complete a review and analysis of recent trends in incentives.
    1. Finalize a list of factors, including those cost variables relevant to the decision-making process for site selection for major investments as well as the potential incentives that may be offered. 
    1. Perform a comparative cost analysis of the business costs for assembly plants in each of the jurisdictions noted above. Consider the implications of this analysis on the competitive position of Canada in attracting investments.
    1. Complement the above cost‑oriented analysis with an assessment of other non-cost-related business factors affecting investments, such as economic, environmental, labour, transportation, and social considerations.
    1. Create an automotive cost model to conduct cost modelling and comparisons affecting investment in, and operations of, an automotive plant (assembly/powertrain) in the jurisdictions noted above, incorporating up-to-date and relevant cost data (e.g., parts and components, logistics, energy, capital equipment, payroll, etc.) and incentive structures. The model should permit customized cost modelling by flexibly allowing factors to be included or excluded to support simulating costs for various scenarios.

    6.0 DELIVERABLES AND TIMELINES

    The contractor will be requested to fulfill the following deliverables:

    1. Initial meeting or call with ISEDC to confirm the scope, expectations, and timelines for each task; to be scheduled by February 13, 2017.
    2. Deliver a comprehensive list of factors for approval by ISEDC prior to continuation with the measurement process; to be delivered by February 20, 2017.
    3. Draft report with preliminary findings to ISEDC; to be delivered by March 20, 2017.
    4. Customized cost model for review and comment by ISEDC; to be delivered by March 20, 2017.
    5. Full report with comprehensive findings to ISEDC for comment; to be delivered by April 20, 2017.
    6. Final report, including executive summary and a deck presentation to ISEDC; to be delivered by May 15, 2017.
    7. Presentation of final results and cost model either in‑person or via video‑conference; to be delivered by June 15, 2017

    It is estimated that the project will be completed by June 15, 2017.

    Throughout the project, the contractor will engage and communicate with ISEDC as required.

    7.0 REQUIREMENTS

    The contractor must meet the following requirements:

    • Significant and relevant knowledge in automotive manufacturing operations and the North American automotive industry.
    • Significant knowledge in international business competitiveness and site selection evaluation.
    • Significant experience conducting high-quality market research and analysis.
    • Significant experience illustrating complex subjects through the use of intuitive models and in writing and presenting reports.
    • Significant experience in financial modeling and evaluation and a demonstrated ability to construct an interactive financial cost model.
    • Sound project and financial management skills to meet the deadlines and requirements of the contract.
    • Previous experience in conducting the scope and nature of work identified above as well as in developing a customized financial modelling tool to assist in making the project cost-effective. 

    8.0 LANGUAGE REQUIREMENT

    The contractor may work in the official language of their choice, though final deliverables, including the facilitated session, are to be delivered in English.

    9.0 MANAGEMENT OF THE PROJECT

    Automotive and Transportation Industries Branch will be responsible for project.

    10.0 SECURITY

    There is no security for this requirement.

    11.0 CLIENT SUPPORT

    ISED will support the contractor throughout the project in the following ways:

    • Provide access to official(s) that can respond to the contractor’s requests for clarification, guidance, assistance, or support (as appropriate) regarding specific work items.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras 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)

    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
    Industry Canada
    Contracting authority
    Fournel, Karine
    Phone
    343-291-2959
    Address
    235 Queen Street
    Ottawa, ON, K1A 0H5
    CA

    Buying organization(s)

    Organization
    Industry 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
    EN 3
    FR 4
    EN 6
    FR 6
    EN 11
    FR 11
    000 EN 55
    000 FR 7

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: