Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, June 13 from 7:00 pm until Saturday, June 14 at 1:00 am (EDT)

FINANCIAL ADVISORY SERVICES

Solicitation number 23240-130190/A

Publication date

Closing date and time 2013/04/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    File No. 23240-130190/A
    
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For the
    FINANCIAL ADVISORY SERVICES
    
    
    This requirement is only open to the following pre-qualified
    suppliers under the Task and Solutions Based Professional
    Services (TSPS).
    
    SOLUTION BASED E60ZN-090003 PROFESSIONAL SERVICES REQUIREMENT  
    
    File No. 23240-130190
    
    TIER 2 (> $2M)
    
    This requirement is for the department of:  Natural Resources
    Canada (NRCan)
    
    This requirement is for the services of Business
    Consulting/Change Management Class and Project Management
    Services Class.
    
    One Contract to be awarded.
    
    Accenture Inc.
    ADGA Group Consultants
    CGI Information Systems and Management Consultants Inc.
    Deloitte Inc.
    Gartner Group Canada Co.
    Hewlett-Packard (Canada) Co.
    IT/Net - Ottawa Inc.
    Pricewaterhouse Coopers LLP
    The Bell Telephone Company of Canada or Bell Canada
    Ernst & Young LLP
    Human Resources System Group Ltd.
    IBM Canada Ltd.
    2Keys Corporation
    International Safety Research Inc.
    Canadian Development Consultants International Inc.
    TDV Global Inc.
    
    
    LOCATION OF WORK TO BE PERFORMED:
    
    The services will be performed primarily at the Contractor's own
    place of business or offices and Contractors must provide
    adequate workspace and office equipment to ensure the
    uninterrupted flow of contracted services at no additional cost
    to NRCan.   If there is a requirement for any resources of the
    Contractor to be co-located with government officials, the
    location will be advised and will be located in the National
    Capital Region (NCR).
    
    
    SECURITY REQUIREMENT:
    
    1.	The Contractor must, at all times during the performance of
    the Contract, hold a valid Facility Security Clearance at the
    level of SECRET, with approved-Document Safeguarding at the
    level of SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    2. 	The Contractor personnel requiring access to CLASSIFIED
    information, assets or sensitive work site(s) must EACH hold a
    valid personnel security screening at the level of SECRET,
    granted or approved by CISD/PWGSC. Until the security screening
    of the Contractor personnel required by this Contract has been
    completed satisfactorily by CISD, PWGSC, the Contractor
    personnel MAY NOT HAVE ACCESS to CLASSIFIED information or
    assets, and MAY NOT ENTER sites where such information or assets
    are kept, without an escort.
    
    3. 	Processing of CLASSIFIED information electronically at the
    Contractor's site is NOT permitted under this Contract. 
    
    4. 	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    5. 	The Contractor must comply with the provisions of the:
    
    (a)	Security Requirements Check List and security guide (if
    applicable), attached at 
                 Annex "C"
    (b) 	Industrial Security Manual (Latest Edition).
    
    
    PURPOSE OF THE REQUIREMENT:
    
    Public Works and Government Services Canada (PWGSC), on behalf
    of Natural Resources Canada (NRCan), is seeking the services of
    an experienced independent Contractor, on an as and when
    requested basis, to provide financial advisory services related
    to the restructuring of the Atomic Energy of Canada Limited's
    (AECL's) Nuclear Laboratories.
    
    OBJECTIVES:
    
    The objectives of the Work are to obtain expert advice and
    services to assist the Government of Canada (Canada) in (i)
    developing a sound and competitive staged procurement process
    for the selection of a contractor to manage and operate the
    Laboratories under a Government-Owned, Contractor-Operated
    (GoCo) contract, and (ii) providing advice and support to Canada
    in monitoring and assessing the performance of the Contractor
    under the GoCo Contract. 
    
    The Contractor must provide advice and services to Canada in
    specific areas relating to the financial aspects of the GoCo
    procurement process.
    
    
    PERIOD OF THE CONTRACT
    
    The period of the Contract is from date of Contract to March 31,
    2014 inclusive with one (1) irrevocable option of one (1) year
    and five (5) additional irrevocable options of six (6) months
    each under the same terms and conditions. 
    
    
    LANGUAGE:
    
    Documents may be submitted in either official language of Canada.
    
    
    The Task and Solutions Based Professional Services (TSPS) Method
    of Supply is a result of a formal competitive process which was
    established as a result of extensive consultations with
    industry. The Method of Supply provides suppliers with an
    on-going opportunity to become pre-qualified for participation
    in future bidding opportunities. To obtain more information
    about how to become a pre-qualified supplier for TSPS, please
    review the Request for Supply Arrangement (RFSA) permanent
    posting that is currently available on the Government Electronic
    Tendering System (http://www.merx.com/) which is accessible by
    referencing the following Solicitation Number(s): E60ZN-090003/B.
    
    For general information on the various PWGSC Methods of Supply,
    or to obtain specific information on a PWGSC professional
    service method of supply, please visit PWGSC's Buy and Sell
    website at:
    https://buyandsell.gc.ca/for-businesses/register-as-a-supplier/re
    gister-for-methods-of-supply
    
    
    INQUIRIES:
    
    Inquiries regarding this Request for Proposal (RFP) requirement
    are to be submitted to the Contracting Authority listed below:
    
    Christine Habash 
    Supply Specialist
    PWGSC
    Place du Portage III, Tower C, 10C1
    11 Laurier Street 
    Telephone:  819-956-7852	
    Facsimile:  819-956-2675	
    E-mail address:  Christine.Habash@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)
    • Agreement on Internal Trade (AIT)
    • 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
    Habash, Christine
    Phone
    (819) 956-7852 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Bidding details

    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)

    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: