Evaluation of PrairiesCan & PacifiCan Funding Models – Economic Development Initiative (EDI), Rural Opportunities Fund (ROF), and Indigenous Business Development Services (IBDS)

Solicitation number 4W002-235190

Publication date

Closing date and time 2022/08/24 17:00 EDT


    Description

    Solutions-Based Professional Services (TSPS) Requirement

    This requirement is for: Prairies Economic Development Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualified under Tier 1 for the following stream(s):

    1.  Business Consulting / Change Management Stream

    The following SA Holders have been invited to submit a proposal:

    1. Cathexis Consulting Inc.
    2. DPRA Canada Incorporated
    3. FERENCE & COMPANY CONSULTING LTD.
    4. Goss Gilroy Inc.
    5. HDP Group Inc
    6. Kelly Sears Consulting Group
    7. Le Groupe Conseil Bronson Consulting Group
    8. Maplesoft Consulting Inc.
    9. MNP LLP
    10. Orbis Risk Consulting Inc.
    11. PRA Inc.
    12. QATALYST RESEARCH GROUP INC.
    13. The Social Research and Demonstration Corporation
    14. The Strategic Review Group Inc.
    15. The Universalia Management Group Ltd.

    Description of Work:

    Western Economic Diversification Canada (WD) split into two separate Regional Development Agencies (RDAs) in August of 2021, Prairies Economic Development Canada (PrairiesCan) and Pacific Economic Development Canada (PacifiCan) to serve the Prairies and British Columbia respectively. Both agencies are working collaboratively in this transition period to ensure cohesive programming across western Canada, as such both will be included in this evaluation. PrairiesCan and PacifiCan support western Canadian businesses through direct programming and indirectly through various not- for-profit organizations to advance its objectives and the Government of Canada’s agenda. The evaluation of the departments Economic Development Initiative (EDI), Rural Opportunities Fund (ROF) and Indigenous Business Development Services (IBDS) funding models is required to inform senior management on renewal efforts as well as well as determine the effectiveness and performance of the initiatives. The evaluation of PrairiesCan & PacifiCan funding models – EDI, ROF and IBDS – will examine the effectiveness of the “further distribution” and “direct delivery of funding” models.

    Level of Security Requirement:

    Company Minimum Security Level Required: DOS
    Resource Minimum Security Level Required: Reliability

    Applicable Trade Agreements:

    1. Canadian Free Trade Agreement
    2. Canada-Chile Free Trade Agreement
    3. Canada-Columbia Free Trade Agreement
    4. Canada-Honduras Free Trade Agreement
    5. Canada-Panama Free Trade Agreement
    6. Canada-Peru Free Trade Agreement

    Proposed period of contract:

    The proposed period of contract shall be from date of Contract to March 31, 2023.

    Estimated Level of Effort:

    The estimated level of effort to complete the work described in the contract is 100 days.

    Enquiries:

    Enquiries regarding this RFP requirement must be submitted to the contact named in the NPP. Request for Proposal (RFP) documents will be e-mailed directly 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. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    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

    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Western Economic Diversification Canada
    Address
    9700 Jasper Avenue, Suite 1500
    Edmonton, Alberta, T5J 4H7
    Canada
    Contracting authority
    Bent, Ryan
    Phone
    403-921-7545
    Email
    wd.bidbox@prairiescan.gc.ca
    Address
    Suite 420, Harry Hays Building
    220 – 4 Avenue SE
    Calgary, AB, T2G 4X3

    Buying organization(s)

    Organization
    Western Economic Diversification Canada
    Address
    9700 Jasper Avenue, Suite 1500
    Edmonton, Alberta, T5J 4H7
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    Saskatchewan
    Region of opportunity
    Canada
    Procurement method
    Competitive – Selective Tendering