Maintenance on CanadaBuys website

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

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

RFl for Integrated Relocation Progr

Solicitation number 24062-140087/A

Publication date

Closing date and time 2013/10/15 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    RELOCATION SERVICES
    
    Requisition number: 24062-140087/A
    Pamela Solda
    Telephone No:	(819) 956-1782
    Fax No:		(819) 956-2675
    
    Request for Information (RFI) "Integrated Relocation Program
    (IRP)"
    
    IRP Overview
    
    The Integrated Relocation Program (IRP) provides relocation
    assistance to Government of Canada (GoC) employees covered under
    the National Joint Council Relocation Directive (NJCRD), members
    of the Royal Canadian Mounted Police (RCMP) and the Canadian
    Armed Forces (CAF).
    
    The IRP is delivered through a contracted service provider that
    administers the provision of the relocation services that
    includes but not limited to:  relocation planning, marketing
    assistance, destination services and a variety of other
    relocation services.
    
    Note:  Excludes the physical movement of household furnishings
    and effects delivered under separate contracts
    
    RFI Objective 
    
    The Department of Public Works and Government Services (PWGSC)
    is soliciting input from industry experts with respect to
    industry best practices on how industry would propose to deliver
    the IRP high level technical services requirement described in
    the attached Annex A.   Canada is taking this opportunity to
    examine other possible models for the delivery of these
    services.  The attached document poses a number of questions to
    industry designed to give Canada feedback on best practices and
    are meant to provide industry with guidance.
    
    Note:	This RFI is not a bid solicitation and will not result in
    the award of any contract.  
    
    This RFI is not a prequalification process nor will a source
    list be established, therefore, potential bidders/suppliers
    should not reserve any facilities, nor allocate resources, as a
    result of any information contained or provided in response to
    this RFI. 
    
    Canada reserves the right to change at any time any or all of
    the technical requirements stated in this RFI.
    
    RFI Responses
    
    All proposed suggestions and/or alternatives should be supported
    with a rationale that clearly explains and demonstrates how
    these suggestions would satisfy Canada's requirement as
    described at Annex 'A' and how they meet and/or improve Canada's
    overall objective to relocate an employee in the most efficient
    manner at the most reasonable cost to the public.
    
    Responses to this RFI may be considered by Canada and may
    influence the development of technical requirements and the
    schedule provided below, provided for information purposes only.
    
    Closing of RFI #1:		October 15th, 2013
    Posting of RFI #2:		November 2013
    Conduct Industry Day:		November 2013
    Posting final RFP:		January 2014
    Contract(s) Award:		November 2014
    Start-up period commences:	December 2014
    Commencement of Services:	December 2015
    
    Respondents are requested to submit their feedback in either
    official language of Canada. Information provided may be used by
    Canada in the preparation of the final RFP document. As a
    result, suppliers are advised not to include any proprietary
    information in the response submitted. All submissions must be
    clearly marked "Integrated Relocation Program Services RFI
    Input". The name and address of the supplier must be on the
    envelope. One original hard copy and an electronic copy in
    Microsoft Word format are requested. Suppliers should submit
    only pertinent information in response to this request. The
    inclusion of general marketing or technical manuals is
    discouraged, unless they provide specific information that has
    been requested in this document.
    
    There are questions imbedded in Annex A and are listed in Annex
    B with additional questions.  Suppliers are requested to provide
    their responses using the attached table in Annex B.
    
    
    Note:  Non-respondents to this RFI will not be precluded from
    participating in potential future solicitation processes
    relating to this requirement.
    
    Canada may conduct one on one consultation meetings with
    respondents to this RFI.
    
    Responses must be sealed and delivered to the PWGSC Bid
    Receiving Unit by Canada Post or via courier to the following
    address no later than 14:00 hrs EST, October 15th, 2013:
    
    PWGSC Bid Receiving Unit
    11 Laurier Street
    Place du Portage, Phase III
    Core 0A1
    GATINEAU QC J8X 4A6
    
    Enquiries
    
    Any enquiries related to this RFI should be directed in writing
    to:
    
    Pamela Solda
    IRP Contracting Authority
    Pamela.Solda@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

    • Agreement on Internal Trade (AIT)

    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
    Pamela Solda
    Phone
    (819) 956-1782 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage/, Phase III
    Floor 10C1/Étage 10C1
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Treasury Board of Canada
    Address
    90 Elgin Street
    Ottawa, Ontario, K1A0R5
    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.

    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 Information
    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)
    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: