Move Coordinator

Solicitation number EP731-181041/A

Publication date

Closing date and time 2018/01/03 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TASK Based Professional Services (TSPS) Requirement
        
    
    This requirement is for: Public Works and Government Services Canada
    
    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 1 for the following category:
    
    PROJECT MANAGER FOR REAL PROPERTY
    
    
    The following SA Holders have been invited to submit a proposal.
    
    Altis Human Resources (Ottawa) Inc.
    Cistel Technology Inc.
    Deloitte Inc.
    Ernst & Young LLP
    G. Bird Holdings Inc.
    Goss Gilroy Inc.
    HDP Group Inc.
    IAN MARTIN LIMITED 
    KPMG LLP
    Lansdowne Technologies Inc.
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY          CORPORATION
    Orbis Risk Consulting Inc.
    Raymond Chabot Grant Thornton Consulting Inc.
    Stratégia conseil inc.
    Turner & Townsend CM2R Inc.
    
    Description of the Requirement:
    
    Public Services and Procurement Canada (PSPC) requires the services of a Move Coordinator to plan, organize and coordinate office relocation and consolidation of approximately 4000 federal employees within Place du Portage III (11 Laurier Street, Gatineau), from Place du Portage III (PDP III) to several temporary office locations within the National Capital Region (NCR), and in other federal office locations within the NCR.  The temporary office locations include Les Terrasses de la Chaudière (25 Eddy Street, Gatineau), Place du Portage II (165 Hotel de Ville Street, Gatineau) and L’Esplanade Laurier (140 O’Connor Street, Ottawa).
    
    Level of Security Requirement: 
    
    Company Minimum Security Level Required
    
    The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    
    
    Resource Minimum Security Level Required
    
    The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    Applicable Trade Agreements:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the Canadian Free Trade Agreement (CFTA)
    
    Associated Documents:
    
    RFP document
    
    Proposed period of contract:
    
    The proposed period of contract shall be from Contract Award until March 31, 2019
    
    
     
    File Number:    EP731-181041
    
    Contracting Authority: Stefan Ruest
    
    Phone Number:  (873) 469-3950
    
    Fax Number:   (819) 956-3600
    
    E-Mail:   Stefan.ruest@tpsgc-pwgsc.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 
     
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    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-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Ruest, Stéfan
    Phone
    (873) 469-3950 ( )
    Email
    Stefan.Ruest@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-3600
    Address
    11 Laurier St./ 11, rue Laurier
    3C2, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    53

    Access the Getting started page for details on how to bid, and more.

    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)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: