Investigative Services

Solicitation number E60ZG-180493/A

Publication date

Closing date and time 2018/02/07 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    NOTICE OF PLANNED PROCUREMENT (NPP)
    
    INVESTIGATIVE SERVICES RELATED TO HARASSMENT COMPLAINTS, DISCLOSURES OF WRONGDOING, AND WORK PLACE VIOLENCE
    
    E60ZG-180493
    
    Anne-Elise Rocque
    Telephone: (613) 858-8698 
    Fax:       (   ) Not available
    E-mail: anne-elise.rocque@tpsgc-pwgsc.gc.ca
    
    GENERAL: 
    National Master Standing Offer (NMSO) are currently in place for Investigative Services Related to Harassment in the Workplace to satisfy the requirements of Identified Users on an as-and-when-requested basis.  
    
    A Request for Standing Offers (RFSO) is being issued in order to renew the current Standing Offer expiring on July 31st, 2018.  
    
    REQUIREMENT: 
    Public Works and Government Services Canada is establishing National Master Standing Offers for Investigative Services related to Stream 1 - Harassment Complaints, Stream 2 - Disclosures of Wrongdoing and Stream 3 - Work Place Violence to be used by authorized Federal Government Departments/Agencies across Canada.  These investigative services will include key deliverables expected by the client: meetings and interviews with the complainant, and other individuals as identified throughout the process followed by a detailed report in accordance with Treasury Board of Canada Secretariat (TBS) policies on the Prevention and Resolution of Harassment in the workplace, disclosures of wrongdoing under the Public Servants Disclosure Protection Act and incidents of work place violence under Part XX (20) of the Canadian Occupational Health and Safety Regulations.
      
    It is anticipated that multiple standing offers will be established for these services.  The Offeror may bid for only 1, 2 or all 3 Stream(s).  All responsive offers that have met all the requirements of the evaluation will be eligible for a Standing Offer agreement. Full details are found in the Request for Standing Offer document.
    
    PERIOD OF STANDING OFFER: 
    For a period of 5 years from August 1st, 2018 to July 31st, 2023.  There are no additional option periods. 
    
    EVALUATION PROCEDURES: 
    An offer must meet steps 1 to 5 inclusive in order to be considered responsive and be authorized a Standing Offer for use.  Note that the information below does NOT include all details.  Full details are found in the Request for Standing Offer document.
    
    Step 1 - Receipt of Signed Offer and verification of required documentation
    
    Step 2 - Technical Proposal Review against Mandatory Technical Point and Rated Technical Criteria identified in the RFSO document which consists of the following:
    
    MANDATORY TECHNICAL CRITERIA
    MANDATORY EXPERIENCE
    MANDATORY TRAINING
    
    POINT RATED TECHNICAL CRITERIA
    RELEVANT EXPERIENCE
    RELEVANT TRAINING
    FORMAL EDUCATION 
    PROFESSIONAL DESIGNATION/LICENCE 
    
    The Offer must indicate in which official language(s) of Canada each proposed resource is capable of providing the services as described in Annex A - Statement of Work of the RFSO document.  A format is proposed in the RFSO document.
    
    The Offer must indicate in which Canadian city (ies) each proposed resource will be able to provide the services described in Annex A -Statement of Work of the RFSO without Canada charging travel and living expenses.  A format is proposed in the RFSO document.
    
    Step 3 - Financial Offer Evaluation 
    Step 4 - Certifications Review
    Step 5 - Offeror Selection 
    
    Note that the RFSO document requests additional information and documents.  See the RFSO document for more details.
    
    There is a security requirement associated with this requirement. See the RFSO for more details.
    
    Canada reserves the right to negotiate with offerors on any procurement. Documents may be submitted in either official language of Canada.
    
    Should there be any discrepancies between the wording of this notice and the RFSO, the RFSO wording will prevail.
    
    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)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Rocque, Anne-Élise
    Phone
    (613) 858-8698 ( )
    Email
    anne-elise.rocque@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    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
    011
    French
    63
    011
    English
    141
    010
    French
    13
    010
    English
    48
    009
    French
    15
    009
    English
    45
    008
    French
    8
    007
    French
    7
    007
    English
    36
    008
    English
    49
    006
    French
    10
    006
    English
    41
    005
    French
    12
    005
    English
    42
    004
    French
    16
    004
    English
    58
    003
    French
    14
    003
    English
    50
    002
    French
    18
    002
    English
    57
    001
    French
    24
    001
    English
    99
    000
    French
    97
    000
    English
    555

    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
    Highest Combined Rating of Technical Merit and 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: