SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

NMSO - Threat and Risk Assessment

Solicitation number EP829-211919/A

Publication date

Closing date and time 2022/09/12 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Amendment 006: This amendment to the solicitation serves modify the solicitation closing date.
    _______________________________________________________________________
    Amendment 005: This amendment to the solicitation serves to answer a question from industry and modify the solicitation closing time.
    _______________________________________________________________________
    Amendment 004: This amendment to the solicitation serves to answer a question from industry.
    _______________________________________________________________________
    Amendment 003: This amendment to the solicitation serves to answer questions from industry and modify Attachment 1 to Part 4 - Technical Criteria.
    __________________________________________________________________
    Amendment 002: This amendment to the solicitation serves to answer quesitons from industry.
    _______________________________________________________________________
    Amendment 001: This amendment to the solicitation serves to answer a question from industry, change the Contracting Authority, and extend the solicitation closing date to September 7, 2022 at 2:00pm EST.
    
    _______________________________________________________________________
    
    This is a solicitation to request Standing Offers (SO).  A SO is not a contract and does not commit Public Works and Government Services Canada (PWGSC) to procure or contract for any services. Any resulting SO constitutes an Offer made by an Offeror for the provision of certain Services to Canada at prearranged prices or a prearranged pricing basis, under set terms and conditions, that is open for acceptance by Identified User on behalf of Canada during a specified period of time.
    
    A separate contract is formed each time a call-up for the provision of Services is made against a SO. Canada’s liability will be limited to the actual value of the call-ups made by the duly authorized Identified User within the period specified in the call-up.
    
    PWGSC requires multiple security services  for crown-owned, leased, and third party managed assets, multi-tenant buildings, and other PWGSC assets such as, but not limited to, engineering assets, bridges, dams, heating plants, and PWGSC-controlled underground infrastructure located across Canada through Standing Offer (SO) agreements with commercial entities. These are provided through the following workstreams:
    
    1. Workstream 1: Facility Security Assessment - Threat and Risk Assessment and Security Design Briefs of Typical Office building
    2. Workstream 2: Facility Security Assessment - Threat and Risk Assessment and Security Design Briefs of Engineering Assets
    3. Workstream 3: Departmental Threat and Risk Assessments
    4. Workstream 4: Security Consultation Services
    5. Workstream 5: IT Emanation Security Services
    
    PWGSC is identified as an internal enterprise service provider for base building security of assets under its custodial responsibility, contract security and IT security in support of providing and managing certain government-wide applications, as well as being responsible for their own internal security.
    
    PWGSC intends to issue multiple SOs for the required services to be provided in Canada as a result of this solicitation. Up to three (3) Standing Offers (SOs) per workstream in each region may be issued. However, in the event that no supplier is qualified for a specific workstream in a particular region, SOs from a neighboring region/s may be used to cover the required work. 
    
    The offeror may submit an offer for one or more of the workstreams for one or more of the regions identified within the RFSO.
    
    These Standing Offers are applicable to the following regions in Canada:
    -National Capital Region
    -Quebec Region
    -Atlantic Region
    -Ontario Region
    -Western Region
    -Pacific Region
    
    This RFSO will be resulting in National Master Standing Offers (NMSOs) valid for three (3) years + 2 options years.
    
    This requirement is for all departments. PWGSC and client authorized to issue call-ups.
    
    PWGSC intends to put in place Standing Offers with the highest ranking Offerors based on an ideal business distribution percentage.
    
    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers. 
    
    This RFSO allows offerors to use the CPC Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method.
    
    The Phased Bid Compliance Process (PBCP) applies to this requirement.
    
    Security Requirement: FSC Secret with approved Document Safeguarding at the level of Protected B for the offerors and Secret status for Personnel.
    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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Sader, Michel
    Phone
    (343) 553-2271 ( )
    Email
    michel.sader@tpsgc-pwgsc.gc.ca
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    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
    006
    English
    46
    006
    French
    19
    005
    French
    4
    005
    English
    24
    004
    French
    3
    004
    English
    22
    003
    English
    27
    003
    French
    5
    002
    English
    27
    002
    French
    4
    001
    English
    38
    001
    French
    8
    English
    65
    English
    57
    000
    English
    175
    French
    13
    French
    16
    000
    French
    24

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: