Evaluation and Performance Measurement Professional Services for the Department of Justice Canada (JUS)
Solicitation number 1000025324
Publication date
Closing date and time 2018/07/03 10:00 EDT
Last amendment date
Description
TASK Based Professional Services (TSPS) Requirement
This requirement is for the Department of Justice Canada.
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 1 for the following categories:
- Category 2.12 Evaluation Services Consultant;
- Category 2.13 Performance Measurement Consultant; and
- Category 2.14 Subject Matter Expert.
The following SA Holders have been invited to submit a proposal:
- Bell Browne Molnar and Delicate Consulting Inc.
- FERENCE & COMPANY CONSULTING LTD.
- Gelder, Gingras & Associates Inc.
- Goss Gilroy Inc.
- Hickling, Arthurs, Low Corporation
- International Safety Research Inc.
- Kelly Sears Consulting Group
- Lotic Consulting Ltd.
- Mindwire Systems Ltd.
- Performance Management Network Inc.
- PLAN:NET LIMITED
- PRA Inc.
- Samson & Associés CPA/Consultation Inc
- Sierra Systems Group Inc.
- The Social Research and Demonstration Corporation
Description of the Requirement:
This bid solicitation is being issued under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) to satisfy the requirement of the Department of Justice Canada for the provision of Professional Evaluation Services, related Subject Matter Expertise, and Performance Measurement Consulting Services to support them in carrying out their responsibilities to be provided on an “as and when required” basis. The estimated annual budget for Professional Evaluation Services is approximately $425,000 per fiscal year (including taxes). It is intended to result in the award of up to five (5) contract(s) each for an initial period to March 31, 2021, plus two (2) one-year irrevocable option(s) allowing Canada to extend the term of the contract(s).
Level of Security Requirement:
Company Minimum Security Level Required
Canada
Secret
Resource Minimum Security Level Required
Canada
Protected B
At least one (1) of the proposed resources in the Partner/Principal/Project Manager role or Senior Evaluation Consultant role (the resource who will need to access Secret documents and/or information if/when required) MUST be in possession of a valid SECRET level Government of Canada security clearance under the resulting Contract.
Applicable Trade Agreements:
The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
File Number: 1000025324
Contracting Authority: Kayla Pordonick
Phone Number: 613-301-9709
E-Mail: Kayla.Pordonick@justice.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
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
- Contracting authority
- Pordonick, Kayla
- Phone
- 613-301-9709
- Email
- Kayla.Pordonick@justice.gc.ca
- Address
-
284 Wellington StreetOttawa, ON, K1A 0H8CA
Buying organization(s)
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada