Editorial Services in Both Official Languages for the Health Canada’s annual Departmental Plan and Departmental Results Report

Solicitation number 1000232804C

Publication date

Closing date and time 2022/08/16 14:00 EDT


    Description

    This requirement is for: Health Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category: one (1) Senior Communications Consultant (stream 3.11)

    Health Canada (HC) is seeking to issue a contract for a resource (or a team of resources) for Editorial Services under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) for Task-based professional services under stream 3 for a 3.11 Senior Communications Consultant. The work to be performed is detailed under Annex “A” Statement of Work. The Contractor’s resource(s) are required to work off-site at their own facilities with an anticipated contract period from Contract award to October 17, 2025 with two (2) one year options.

    The following SA Holders have been invited to submit a proposal

    This list will not be updated if additional suppliers request copies of the bid solicitation

    1. 8513929 Canada Inc.
    2. Altis Human Resources (Ottawa) Inc.
    3. BDO Canada LLP
    4. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    5. HDP Group Inc 
    6. IPSS INC.
    7. Kelly Sears Consulting Group
    8. KPMG LLP
    9. Lansdowne Technologies Inc.
    10. Leverage Technology Resources Inc.
    11. Mobile Resource Group Inc
    12. Modis Canada Inc
    13. Orbis Risk Consulting Inc.
    14. Tiree Facility Solutions Inc.
    15. TRM Technologies Inc.

    Level of Security Requirement:

    Security requirement for Canadian supplier: Public Works and Government Services Canada (PWGSC) file # Common-professional services security requirement check list #9

    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS) with approved document safeguarding at the level of protected B, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected information, assets or work site(s) must each hold a valid reliability status, granted or approved by the CSPPWGSC
    3. The contractor must not utilize its Information Technology systems to electronically process, produce or store protected information until the CSPPWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed up to the level of protected B
    4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSPPWGSC
    5. The contractor/offeror must comply with the provisions of the:
      1. Security Requirements Check List and security guide (if applicable), Security requirements - Centralized Professional Services ePortal - Professional Services - Buying and Selling - PSPC (tpsgc-pwgsc.gc.ca)
      2. Contract Security Manual (latest edition)

    Proposed period of contract:

    The proposed period of contract shall be from date of contract award to October 17, 2025 with two one year option periods.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 150 days for the initial period.

    File Number: 1000232804C

    Contracting Authority: Caroline Lecours

    Phone Number: 613-941-2092

    E-Mail: caroline.lecours@hc-sc.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)
    • 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-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Comprehensive Land Claim Agreement (CLCA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Lecours, Caroline
    Phone
    613-941-2092
    Email
    caroline.lecours@hc-sc.gc.ca
    Address
    200 Eglantine Driveway, Tunney's Pasture
    Ottawa, ON, K1A 0H9
    CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Canada
    Procurement method
    Competitive – Selective Tendering

    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: