TSPS 2013 Renewal

Solicitation number E60ZN-13TSPS/A

Publication date

Closing date and time 2013/03/21 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    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: 
    
    
    This Amendment is raised to extend the closing date of the RFI
    to March 21, 2013.
    
    *****************************************************************
    ****************************************
    The purpose of this Request for Information (RFI) is to provide
    information of potential bidders to the changes planned to the
    TSPS Standing Offers and Supply Arrangements to harmonize with
    the Professional Services National Procurement Strategy. This
    RFI is also being published to consult the industry about the
    new categories added to TSPS, its definitions and resulting
    qualifications for expertise level of the consultants.
    
    All potential bidders/industry are provided with the following
    information in advance:
    
    1.	Provide a draft solicitation document open to industry
    comments; 
    
    2.	General information about the next TSPS Renewal process for
    bidders;
    
    3.	Information concerning the migration of the Technical,
    Engineering and Maintenance Services (TEMS) (excluding the
    Telecommunications Services Stream) Supply Arrangement as a new
    stream of services into TSPS; and
    
    4.	Overview of the changes incorporated in this TSPS renewal
    solicitation.
    
    *****************************************************************
    **********************************************
    1.	Provide a draft solicitation document open to industry
    comments.
    Please, see attached document (Annex A).
    
    2. General Information about the next TSPS Renewal process for
    bidders:
    
    A number of changes will affect the next TSPS renewal as a
    result of Public Works and Government Services Canada (PWGSC)
    Professional Services National Procurement Strategy. The details
    of the strategy can be found on MERX at
    http://www.merx.com under solicitation # E60ZH-110001/B. As also
    previously announced on the TSPS website, as a notice on :
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/avissnamsp-noticepsn
    ps-eng.html
    
    All suppliers that want to bid will have to establish an account
    in the Supplier Module of the PWGSC Central Professional
    Services System (CPSS) e-Portal. Instructions on accessing the
    Supplier Module e-Portal application will be specified in the
    RFSO/RFSA document when published.
    
    Suppliers who currently hold a TSPS SO and/or SA will be
    required to demonstrate and/or certify they still meet all TSPS
    mandatory criteria.
    
    Suppliers will be required to submit a portion of their
    technical bid through the CPSS e-Portal Supplier Module.
    
    Suppliers submitting a financial bid against the standing offer
    portion must do so through the CPSS e-Portal Supplier Module.
    
    
    NOTE: As the CPSS e-Portal does not currently accommodate
    digital signatures, Bidders will also be required to submit
    documents in hard copy format through the Bid Receiving Unit.
    Instructions in the RFSO/RFSA will provide details.
    
    Unless they wish to change their status, Existing TSPS SA and SO
    Holders and TEMS SA Holders in a given categories, bidders will
    not be required to provide further details under the Mandatory
    criterion B1-MTT2, B2-MTT2, C1-MTT2 and C2-MTT2.
    
    3. Information concerning the migration of the TEMS SA (
    excluding the Telecommunications Services Stream) as a new
    stream of Categories into TSPS:
    
     Bidders who currently hold a TEMS SA (excluding the
    Telecommunications  Services Stream) will be required to meet
    the grandfathering provisions as stated in Attachment B and /or
    Attachment C.
    
    a) B1-MTT2/C1-MTT2 and B1-MTT3/C1-MTT3: Migration process from
    the TEMS SA (excluding the  Telecommunications Services Stream)
    to the new TEMS Stream under TSPS:
    
    (i)Bidders who currently hold a TEMS SA (excluding the
    Telecommunications Services Stream) will be granted the
    categories for which they substantiated and were deemed
    technically compliant as a result of the TEMS technical
    evaluation.
    
    (ii)Bidders who currently hold a TEMS SA (excluding the
    Telecommunications Services Stream) will have the option to
    select unsubstantiated categories in accordance with the TSPS
    evaluation process; 
    ·	For the TEMS Stream, the number of unsubstantiated Categories
    will not exceed 50% of the number of already substantiated
    Categories for which they were technically compliant. In their
    bid, a bidder must prioritize those requested unsubstantiated
    Categories. 
    ·	Unsubstantiated Categories will not be counted towards the
    minimum number of Categories required to qualify for a Stream.
    (TSPS RFSA only)
    
    (iii)If a Bidder wishes to be considered for the TSPS RFSA, or
    was previously qualified on the TEMS RFSA, the Bidder must
    either:
    ·	Have provided the minimum of two (for Tier 1) or four (for
    tier 2) technically compliant categories under its previous TEMS
    qualification; or
    ·	Provide substantiation for additional categories in its bid
    (to meet the minimum number of two (for Tier 1) or four (for
    tier 2) substantiated categories, through the TSPS evaluation
    process.
    
    (iv)If the Bidder wishes to be considered for additional
    categories, substantiation must be provided in the bid and will
    be subject to the TSPS renewal evaluation process (ie: 2
    positively substantiated categories for one (1) unsubstantiated
    category).
    
    4. 	Overview of the changes incorporated in this TSPS renewal
    solicitation
    
    a) Applies to the RFSO and RFSA components
    -	TSPS now has 31 pre-approved SRCLs which can be found at:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/31-eng.html
    -	To simplify the bidding process, the TSPS RFSA (tasks based)
    and the RFSO are now combined in one single RFSO/SA document.
    -	The electronic (excel format) templates have been replaced by
    a data collection component. Suppliers need to create their
    profiles and follow the steps  for their enrolment:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/ifcp-secp-eng.html
    -	Change of vocabulary, the sub-regions is becoming metropolitan
    area. Metropolitan Areas have been added to the SA component,
    where previously there were only regions. Also, introduction of
    a National Zone. Definitions can be found at:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/dznrrm-dnzrma-eng.ht
    ml
    -	Possibility for clients to direct a requirement to a qualified
    supplier for requirements valued under $25,000.
    -	Terminology changes such as previously referred to "Classes"
    in TSPS will now  be known as "Streams".
    -	New categories have been added as well as a new Stream. Find
    below the new complete list of Stream and Categories:
    
    1.	HUMAN RESOURCES SERVICES STREAM
    1.1 Human Resources Consultant
    1.2 Organizational Design and Classification Consultant
    1.3 Employment Equity Consultant
    1.4 Employee Relation Consultant
    1.5 Compensation Consultant
    1.6 HR Information System Consultant
    1.7 Leadership Development Consultant
    1.8 Staffing Consultant
    1.9 HR Policy Development Consultant
    1.10 HR Assistant Consultant
    
    2.	BUSINESS CONSULTING / CHANGE MANAGEMENT STREAM
    2.1 Business Analyst
    2.2 Business Continuity Consultant
    2.3 Business Consultant
    2.4 Organization Development Consultant
    2.5 Business Process Consultant
    2.6 Change Management Consultant
    2.7 Needs Analysis and Research Consultant
    2.8 Business Architect
    2.9 Statistical Analyst
    2.10 Knowledge Management Consultant
    2.11 Information/Records Management/Recordkeeping Specialist
    2.12 Evaluation Services Consultant
    2.13 Performance Measurement Consultant
    2.14 Subject Matter Expert
    *NEW* 2.15 Life Cycle Management Specialist
    *NEW* 2.16 Facilitator Consultant
    
    3.	PROJECT MANAGEMENT SERVICES STREAM
    3.1 Project Administrator
    3.2 Project Manager
    3.3 Project Leader/Executive
    3.4 Project Planner
    3.5 Quality Assurance/Management Specialist
    3.6 Risk Management Specialist
    3.7 Procurement Specialist
    3.8 Financial Specialist
    3.9 Project Monitor
    3.10 Technical Writer
    *NEW*3.11 Communications Consultant
    
    4.	REAL PROPERTY PROJECT MANAGEMENT SERVICES STREAM
    4.1 Project Administrator for Real Property
    4.2 Project Manager for Real Property
    4.3 Project Leader for Real Property
    4.4 Project Planner for Real Property
    4.5 Financial/Cost Specialist for Real Property
    4.6 Portfolio Planner for Real Property
    4.7 Claims Analyst
    
    *NEW STREAM* 
    5.	TECHNICAL, ENGINEERING AND MAINTENANCE SERVICES STREAM
    5.1 Draftsperson / Illustrator
    5.2 Technician
    5.3 Engineer
    5.4 Clothing Technologist
    5.5 Textile Technologist
    5.6 Personal Protection Equipment Technologist
    5.7 Nuclear/Biological/Chemical (NBC) Personal Protection
    Technologist
    5.8 Handwear/Knitted Footwear and Accessories Technologist
    5.9 Footwear Technologist
    5.10 Pattern Design, Development, and Sizing Technologist
    5.11 Clothing and Personal Protection Equipment Design and
    Prototyping Technologist
    5.12 Badges/Insignia/Ceremonial Accoutrements Technologist
    5.13 Integrated Logistics Support (ILS) Specialist
    5.14 Technical Clerk
    
    
    Note: The new Telecommunications Services Stream of categories
    originates from the Technical, Engineering and Maintenance
    Services (TEMS) Supply Arrangement which is scheduled to be
    sunset, in whole or in part, once the next TSPS renewal will be
    completed.
    
    b) Applies to the RFSA component only
    -	The RFSA does not have a financial component. The ceiling
    rates have been removed.
    -	The RFSA will be subject to quarterly refresh, where new
    suppliers will be able to bid and existing suppliers who want to
    qualify for more would be able to do so.
    -	The number of suppliers invited to each resulting RFP is being
    harmonized and a reduced number of suppliers will be invited to
    bid for requirements up to $2 million. 
    
    c) Applies to the RFSO component only
    -	The financial evaluation in the RFSO is changing. Rates minus
    30% and plus 30% of the median will be deemed non-compliant.
     
    
    Schedule
    It is anticipated that the next Task and Solutions Professional
    Services (TSPS) Request for Standing Offer (RFSO) Renewal and
    Request for Supply Arrangement (RFSA) Renewal will be published
    on the Government Electronic Tendering Service (GETS/MERX) with
    a tentative schedule as follows:
    RFSO/SA Issued:  	March 2013
    RFSO/SA Closing:	April / May 2013
    RFSO/SA Evaluations:   May - August 2013
    RFSO/SA Issued: 	September / October 2013
    
    
    
    
    Delivery Date: 21/03/2013
    
    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

    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
    Michniewicz, Joe
    Phone
    (819) 956-3233 ( )
    Fax
    (819) 997-2229
    Address
    11 Laurier St. / 11, rue Laurier
    Place du Portage, 11C1
    Phase III, Tower C
    Gatineau, Quebec, 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.

    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
    ,
    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: