Centre for Surveillance and Applied Research (CSAR) Staffing Services

Solicitation number 1000241341

Publication date

Closing date and time 2022/08/26 14:00 EDT


    Description

    TASK Based Professional Services (TSPS) Requirement

     Please contact caroline.lecours@hc-sc.gc.ca and shallee.doll@hc-sc.gc.ca

     This requirement is for: The Public Health Agency of Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category(ies): 1.8 Staffing Consultant – Senior (2 bilingual)

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

    1. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture

    2. ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    3. Altis Human Resources (Ottawa) Inc.

    4. BOYDEN ONTARIO INC.

    5. Cofomo Ottawa

    6. CPCS Transcom Limited

    7. Evaluation Personnel Sélection International Inc.

    8. Excel Human Resources Inc.

    9. MGIS Inc.

    10. NATTIQ INC.

    11. Pricewaterhouse Coopers LLP

    12. Quallium Corporation

    13. The AIM Group Inc.

    14. Turtle Island Staffing Inc.

    15. Zernam Enterprise Inc

    16.  

    Description of the Requirement:

    The Public Health Agency of Canada (PHAC) has a requirement for the services of two (2) bilingual Senior Human Resources Staffing Consultants to assist in processing staffing competitions. The Consultant will provide human resources staffing services to the Centre for Surveillance and Applied Research (CSAR). Services will include support to a number of operational human resources requirements including various staffing processes. There are seven (7) divisions within in the CSAR. The resource will provide support on various staffing processes and staffing inventories on an as and when required basis. The resource will help the Management Team complete operational Human Resource (HR) documents such as Narrative Assessments and Articulation of Selection Decision (ASD) forms, for ongoing and new staffing requirements. The contract is expected to run for a period of one (1) year with three (3) one (1) year options.

    Level of Security Requirement:

    1. The contractor must, at all times during the performance of the contract, 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 personnel requiring access to protected information, assets or work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The contractor must not utilize its Information Technology systems to electronically process, produce or store protected information until the CSP, PWGSC 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 CSP, PWGSC
    5. The contractor must comply with the provisions of the:
      1. Security Requirements Check List #: Common PS SRCL #9 - 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 Contract is from date of Contract to August 31st, 2023 inclusive.

    Option to Extend the Contract

    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three (3) additional One (1) year period(s) under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

    Canada may exercise this option at any time by sending a written notice to the Contractor before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.  

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for up to 250 hours per year.

    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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Lecours, Caroline or Doll, Shallee
    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

    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