SPTS - Expert-Conseil en communications (1 niveau supérieur et 1 intermédiaire)

Solicitation number 1000232164

Publication date

Closing date and time 2021/08/11 14:00 EDT


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: Indigenous Services Canada (ISC)

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category:

    Stream 3. Project Management Services:

    • 3.11 Communications Consultant, one (1) Senior Level
    • 3.11 Communications Consultant, one (1) Intermediate Level

    Only selected TSPS SA Holders currently holding a TSPS SA under the E60ZT-18TSPS series of SAs are invited to compete. SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so. However, should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority to request an invitation at any time prior to five business days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement process.In no circumstance will such an invitation require Canada to extend a bid closing date. The following SA Holders have been initially invited to bid on this requirement.

    SA Holders that are invited to compete as a joint venture must submit a bid as that joint venture SA Holder, forming no other joint venture to bid.Any joint venture must be already qualified under the E60ZT-18TSPS series as that joint venture at the time of bid closing in order to submit a bid.

    The following SA Holders have been invited to submit a proposal

    1. Accurate Design & Communications Inc.
    2. Acosys Consulting Services Inc.
    3. BurntEdge Incorporated
    4. Deloitte Inc.
    5. Donna Cona Inc.
    6. Elevated Thinking Inc.
    7. Human Contact Inc.
    8. KPMG LLP
    9. Leverage Technology Resources Inc.
    10. Milestone Digital Media Consultants INC.
    11. NewLeaf Performance Inc.
    12. NIVA Inc.
    13. Pricewaterhouse Coopers LLP
    14. Protak Consulting Group Inc.
    15. Stiff Sentences Incorporated

    Description of the Requirement:

    The Government of Canada is committed to consulting with First Nations and First Nation stakeholders on the implementation of S-3 while also assessing and mitigating the impacts.

    Indigenous Services Canada is seeking a company that holds the requisite experience in engagement with First Nations, and exemplifies best practice in external communications who may have previously partnered with Indigenous Services Canada (e.g. Federal Indian Day School initiative, Sixties Scoop Settlement, or other) while also possessing the necessary relationship management skills and expertise to undertake work in this regard.

    The objectives of this work on S-3 are twofold:

    1. Lead a communications campaign, in tandem with Indigenous Services Canada and other stakeholders, that seeks to raise awareness on S-3 that focuses on the following audience:
      • Individuals who may be newly eligible for Indian status in order to undertake outreach relating to the recent changes to the registration provisions; and
      • Individuals/groups who have negative perceptions of S-3.
    2. Develop and implement a communications strategy to share Indigenous Service Canada’s engagement approach and ongoing monitoring of S-3 impacts.
      • Include trusted source partnership information where applicable.

    Level of Security Requirement:

    There is no security requirement.

    Proposed period of contract:

    The proposed period of the contract shall be from Contract award date to March 31, 2022, plus six (6) months irrevocable option period allowing Canada to extend the term of the contract.

    Estimated Level of Effort:

    The estimated level of effort is 240 days (resulting contract & option year).

    File Number: 1000232164

    Contracting Authority: Christine Madore

    Phone Number: 873-354-1376

    E-Mail: christine.madore@canada.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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Indigenous Services Canada
    Address
    10 Wellington St.
    Gatineau, Quebec, K1A0H4
    Canada
    Contracting authority
    Madore, Christine
    Phone
    873-354-1376
    Email
    Christine.Madore@canada.ca
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Indigenous Services Canada
    Address
    10 Wellington St.
    Gatineau, Quebec, K1A0H4
    Canada
    Bidding details

    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 - Limited Tendering