For Task and Solution Professional Services TSPS) Supply Arrangement: Task Authorizations - ATIP Consultants

Solicitation number 202101507

Publication date

Closing date and time 2021/03/29 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP) For Task and Solution Professional Services TSPS) Supply Arrangement: Task Authorizations - ATIP Consultants

    Please enclosed the PDF version of the RFP. A word copy was also provided for references purposes only.

    Tendering Procedure: Selective Tendering

    Requirement Details

    This requirement is open only to those qualified under TSPS SA and the following SA Holders have been invited to submit a proposal:

    4165047 Canada Inc.

    7792395 Canada Inc.

    Access Corporate Technologies Inc.

    Action Personnel of Ottawa-Hull Ltd.

    Adecco Employment Services Limited/Services de placement Adecco Limited

    Adirondack Information Management Inc. The AIMG Group Inc. In Joint Venture

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc.

    ARTEMP PERSONNEL SERVICES INC.

    AZUR HUMAN RESOURCES LIMITED

    Contract Community Inc.

    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE

    Cyrus Echo Corporation

    Dare Human Resources Corporation

    Donna Cona Inc.

    Eagle Professional Resources Inc.

    Etico, Inc.

    Excel Human Resources Inc.

    FMC Professionals Inc.

    Information Management and Technology Consultants Inc.

    KSAR & ASSOCIATES IINC.

    Lannick Contract Solutions Inc.

    Leverage Technology Resources Inc.

    MaxSys Staffing & Consulting Inc.

    Modis Canada Inc.

    NATTIQ INC.

    NavPoint Consulting Group Inc.

    Nisha Technologies Inc.

    PGF Consultants Inc.

    Pleiad Canada Inc.

    Portak Consulting Group Inc.

    QMR Staffing Solutions Incorporated

    Randstad Interim Inc.

    Robertson & Company Ltd.

    Spearhead Management Canada Ltd.

    T.E.S Contract Services INC.

    T.I.7 Inc.

    The AIM Group Inc.

    The Right Door Consulting & Solutions Incorporated

    The Strategic Review Group Inc.

    Thinkpoint Inc.

    Thoma&Schmidt Inc.

    Turtle Island Staffing Inc.

    Description of Work:

    Public Safety Canada currently has a requirement for ATIP consultant resources, on an as and when required basis, to analyze and provide recommendations on records subject to the Access to Information and Privacy Acts.

    Public Safety Canada will initially require a one (1) full time Senior ATIP consultant resource at Contract award as well as additional senior or intermediate resources, on as and when required basis, throughout the life of the contract. 

    Only the proposed full time Senior ATIP consultant resource will be evaluated at solicitation stage. All other, on as and when required, resources will be evaluated at TA issuance. 

    The contract will be for an initial contract period of one (1) year from contract award and include up to four (4) additional optional years. 

    RESOURCE CATEGORY

    LEVEL OF EXPERTISE

    Access to Information (ATIP) Consultants (2.11 Information/Records Management/Recordkeeping Specialist)

    Senior and Intermediate

    Closing date: March 29 at 2PM EDT

    Period of Work

    The Work is to be performed from date of contract award to March 31st, 2022 with 4 additional one (1) year options.

    Initial Contract Period: $350,000

    Optional year 1: $350,000

    Optional Year 2: $350,000

    Optional Year 3: $ to be determined

    Optional Year 4: $ to be determined

    Deliverables and tasks

    The Contractor’s resource tasks and deliverables may include but not limited to the following: 

    Tasks will be confirmed in each TA issued PS.

    • Analyzing, processing, researching and preparing responses to requests made under the Access to Information and Privacy Acts.
    • Identifying Cabinet Confidence(s) with the procedures to be followed in review of records subject to subsection 69(1) of the Access to Information Act.
    • Completing consultation with internal and external parties to ascertain disclosure, including negotiating with parties on the release of information.
    • Communicating and negotiating with applicants and program officials as required.
    • Completing necessary research to find publicly accessible information and any other evidence in support of rationales for the release of non-release of information.
    • Providing recommendations to the Delegated Authority regarding the exemption, exclusion and disclosure of information to be released.
    • Reviewing sensitive/complex files and documenting decision-making process on each request being processed under the Access to Information and Privacy Acts by using the Access Pro Case Management and Access Pro Redactions tools.
    • Conducting initial review of release package, using Access Pro Redactions.
    • Participate in meetings, conversation with departmental officials in which the focus on ATIP legislation as well as departmental. Meeting will be by teleconference or videoconference or has identified by the Project Authority. 
    • Public Health guidelines related to COVID 19 must be respected.

    Security

    The following security requirement (SRCL and related clauses provided by the Contract Security Program apply and form part of the Contract: 

    The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid Facility Security Clearance at the level of secret, issued by the CSP of the ISS, PSPC

    The contractor/offeror 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 reliability status or secret as required, granted or approved by the CSP/ISS/PSPC

    The contractor/offeror must not remove any protected/classified information from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction.

    Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP/ISS/PSPC

    The contractor/offeror must comply with the provisions of the:

    1. Security Requirements Check List and security guide (if applicable), attached at Annex C
    2. Industrial Security Manual (Latest Edition)

      Processing of PROTECTED information electronically at the Contractor’s site is NOT permitted on the Contractor’s systems under this Contract. Information collected and created for the purpose of this Contract must be stored and transmitted using Public Safety Canada networks and systems.

      Inquiries

      Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. 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.

      BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. Canada retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

      NOTE: The Method of Supply is refreshed periodically every year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.‐NCRIMOS@pwgsc.gc.ca

      Contract Authority

      Chantale Grégoire

      Senior Procurement and Contracting Officer

      Corporate Services Directorate

      Public Safety Canada / Government of Canada

      ps.contractunit-unitedecontrats.sp@canada / Tel: 343- 549-5220

    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)
    Contact information

    Contracting organization

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Contracting authority
    Gregoire, Chantale
    Phone
    343-549-5220
    Email
    chantale.gregoire@canada.ca
    Address
    269 Laurier Avenue West
    Ottawa, K1A 0P8
    Canada

    Buying organization(s)

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.