TSPS RFSA Solutions Based

Solicitation number E60ZN-090003/C

Publication date

Closing date and time 2013/03/12 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: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Notice Amendment:
    This NPP amendment is raised to inform all Suppliers and
    interested bidders that Canada amended the quarterly refresh
    period of the perpetual (permanent) refresh for the solicitation
    referenced as E60ZN-090003/C from January 4, 2013 to March 28,
    2013, to January 4, 2013 to March 12, 2013.
    
    After this closing date as amended herein, all existing and new
    suppliers interested in qualifying for a RFSA for Solutions in
    TSPS will be subject to a new RFSA to be issued. A draft RFSA is
    currently available on the Government Electronic Tendering
    System (MERX) at www.merx.com, under the solicitation number
    E60ZN-13TSSB/A.  Quarterly refresh opportunities for TSPS
    Solutions will be reinstated once the official solicitation
    process and resulting instruments have been issued and is
    expected to resume later in 2013.
    
    
    **********************************
    
    
    
    NOTICE OF PROPOSED PROCUREMENT
    
    REQUEST FOR SUPPLY ARRANGEMENT (RFSA) 
    FOR
    SOLUTIONS BASED PROFESSIONAL SERVICES
    
    TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS) 
    FOR
    	PUBLIC WORKS AND GOVERNMENT SERVICES CANADA (PWGSC)
    
    PWGSC FILE NUMBER :   E60ZN-090003/C
    
    SUPPLIERS INTERESTED IN SUBMITTING AN ARRANGEMENT MAY ORDER THE
    REQUEST FOR SUPPLY ARRANGEMENT (RFSA) DOCUMENTS AND FOLLOW THE
    INSTRUCTIONS WITHIN.
    
    
    TITLE:
    
    SUPPLY ARRANGEMENT FOR SOLUTIONS BASED PROFESSIONAL SERVICES.
    
    BACKGROUND: 
    
    The procurement tool of Task and Solutions Professional Services
    (TSPS) is made up of three methods of supply which include a
    Standing Offer (SO), a Task Based Supply Arrangement (SA) and a
    Solution Based SA. 
    
    The TSPS Task Based SAs and TSPS Task Based SOs have been issued
    and are currently in place. 
    
    This is a solicitation to request new TSPS Sulutions Based SAs
    as well as to allow Existing Suppliers to submit arrangements to
    qualify for those Tiers, Regions and Classes for which they
    currently do not have an in their TSPS Solutions Based SA.
    Existing Suppliers are not required to re-qualify for any
    Classes for which they already have an SA.
    
    
    PERMANENT  NOTICE:
    
    This is the permanent notice for the duration of the TSPS
    Solutions Based Supply Arrangement Period. As long as this
    permanent notice remains posted on MERX, TSPS Supply
    Arrangements will be issued to all suppliers that meet the
    qualification requirements of this RFSA.
    
    This RFSA will solicit:
    
    (1) new suppliers to become qualified suppliers under the TSPS
    Solutions based Supply Arrangement (SA) ; and,
    
    (2) existing qualified suppliers under the SA to qualify for
    those Tiers and Classes for which they did not initially qualify.
    
    Due to the resources required to evaluate the arrangements, 
    Canada has reserved the right  to conduct the evaluation of
    arrangements in cycles, not less than quarterly (that is, Canada
    may collect arrangements received over a calendar year quarter,
    in order to conduct the evaluation of all those arrangements
    concurrently as part of a single cycle of evaluations). The
    schedule below outlines the closing dates for each quarterly
    evaluation.  Arrangements received after the dates listed below
    will fall into the next quarterly evaluation schedule.
    
    Quarterly Evaluation Periods:
    
    Quarter:    	Closing Date:    		Time of Closing:	Evaluation
    Period:
    Q1    		June 28   		02:00 PM (EDT)	June 29 to September 30
    Q2   		September 30    	02:00 PM (EDT)	October 1 to January 04
    Q3   		January 04    		02:00 PM (EST)		January 05 to March 28
    Q4    		March 28    		02:00 PM (EDT)	March 29 to June 28
    
    
    REQUIREMENT:
    
    PWGSC invites interested suppliers to respond to this RFSA for
    the provision of Solutions based Professional Services under
    TSPS.
    
        The TSPS Solutions Based Supply Arrangement includes the
    following classes of 	
        service:
    
         Class 1: Human Resource Services;
         Class 2: Business Services / Change Management Services; and
         Class 3: Project Management Services.
    
        All three (3) classes will be structured according to the
    following Tiers:
    
         Tier 1: Requirements up to and including $2 million
    (GST/HST included);
         Tier 2: Requirements greater than $2 million (GST/HST
    included).
    
    Solution based professional services are services that are not
    related to a particular activity or initiative. They are
    requirements where Identified Users require options on how to
    resolve a business problem. Some examples are as follows:
    
    Consultant establishes a work plan including an outline of the
    validation of the problem. The work can include investigation,
    analysis, development of options and report writing activities.
    
    Identified User is looking for a resource or team of resources
    with direct knowledge and sufficient expertise to accomplish the
    work.
    
    Consultant may be required to implement and/or assist in
    implementing the accepted solution.
    
    Consultant might have to deliver a complete operational solution
    to a requirement and manage the overall project.
    
    Solutions may include methodologies and processes around project
    management, advisory services, contract management, quality
    management, risk management, and solution  development. The
    solution could include end-to-end project work to find or
    deliver a solution to a business problem.
    
    A solution requirement could be to obtain the services of a
    consultant to produce the operational plan. The implementation
    of the operational plan may be Task or Solution based.
    
    The compliant arrangements determined by Canada to offer the
    best value in accordance with the evaluation methodology
    described in this RFSA will be recommended for issuance of an
    SA, subject to the provisions of this RFSA.
    
    SECURITY REQUIREMENT:
    
    There is a security requirement associated with the requirement
    of the Supply Arrangement. For additional information, see Part
    4 - Evaluation Procedures and Basis of Selection, and Part 6A -
    Supply Arrangement and Resulting Contract Clauses.
    
    SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS (APPLICABLE ONLY TO A
    PORTION OF THE RFSA):
    
    A portion of this procurement has been set aside under the
    federal government's Set-Aside Program for Aboriginal Business
    (SPAB). In order to be considered, firms must certify that they
    qualify as an Aboriginal business as defined in the SPAB and
    that they will comply with all requirements of the SPAB.
    
    Where a Supplier wishes its Arrangement to be considered for set
    aside for Aboriginal business under the federal government's
    Set-aside Program for Aboriginal Business, Suppliers must
    complete and sign the certification entitled "Certification
    Requirements for the Set-Aside Program for Aboriginal Business"
    attached as Annex "D" to Section A "Aboriginal Business
    Certification".
    
    By executing the certification, the Supplier warrants that it is
    an Aboriginal business as defined in the Set-aside Program for
    Aboriginal Business.
    
    LOCATION OF SERVICES:
    
    Supply Arrangements (SAs) are divided into six (6) regions
    (Atlantic, Quebec, Ontario, Western, Pacific and the National
    Capital Region (NCR)).
    
    OFFICIAL LANGUAGES:
    
    The products and/or services to be provided will be delivered in
    one or both of the two official languages of Canada according to
    the requirements of the Identified User issuing a Request For
    Proposal (RFP) against the SA.
    
    MANDATORY TECHNICAL CRITERIA:
    
    Suppliers must ensure that their Arrangement provides sufficient
    evidence for Canada to assess the compliance of their
    Arrangement with the mandatory requirements as indicated in the
    RFSA document.
    
    SELECTION METHODOLOGY:
    
    Suppliers will be required to meet all the mandatory
    requirements. Arrangements failing to meet these conditions will
    be considered non-responsive and will be given no further
    consideration.
    
    The Supplier Selection will be conducted per Tier, Region, and
    Class. All suppliers who are compliant with all mandatory
    requirements will be authorized for issuance of an SA and will
    become qualified suppliers under the SA . A single SA will be
    issued to Aboriginal Suppliers who qualify for both Aboriginal
    and General procurements.
    
    ELECTRONIC RESPONSE TEMPLATES:
    
    Suppliers should use the unmodified response templates listed
    below in the preparation of their arrangement for both the hard
    copy and the soft copy.
        
    (a)    TSPS SOLUTIONS RFSA Technical Response Template includes:
        Attachment 1 to Annex "A" to Section A    Supplier Profile
        Attachment 1 to Annex "B" to Section A    Mandatory
    Evaluation Criteria
        Attachment 1 to Annex "C" to Section A    Certifications
        Attachment 2 to Annex "C" to Section A    Certifications
        Attachment 3 to Annex "C" to Section A    Certifications
        Attachment 4 to Annex "C" to Section A    Certifications
        
    (b) Project Summary Template:
       Appendix 1 to Annex B to Section A  Mandatory Evaluation
    Criteria
    
    The TSPS Solutions BasedRFSA Technical Response Template has
    been posted on MERX and is available to download.
    
    INFORMATION REGARDING THE RFSA:
    
    Information regarding the RFSA can be obtained from the TSPS
    team members listed below:
    
    
    Sherrie Kingan                    			Kim Corriveau
    Supply Specialist               			Supply Specialist            
        
    Telephone 819-956-1673           			Telephone 819-956-1673
    email: SPTS.TSPS@tpsgc-pwgsc.gc.ca        	email:
    SPTS.TSPS@tpsgc-pwgsc.gc.ca        
    
    SUPPLY ARRANGEMENT AUTHORITY:
    
    Josianne Courteau
    A/Supply Team Leader
    Procurement Strategies Division
    Professional Services Procurement Directorate
    Services and Technology Acquisition Management Sector
    Acquisitions Branch
    Public Works and Government Services Canada
    Place du Portage, Phase III, 11C1
    11 Laurier Street                    
    Gatineau, Quebec K1A 0S5 
    Telephone 819-934-0200
    Facsimile: (819) 997-2229
    Email:    SPTS.TSPS@tpsgc-pwgsc.gc.ca.
    Delivery Date: 12/03/2013
    
    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
    Kingan, Sherrie
    Phone
    (819) 956-1673 ( )
    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 Proposal
    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)

    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: