SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

TSPS - RFSA Solutions Based

Solicitation number E60ZN-15TSSB/A

Publication date

Closing date and time 2015/03/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    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: 
    This is a Request for Supply Arrangement (RFSA) for Solutions
    Based Supply Arrangements (SA) under the Task and Solutions
    Professional Services (TSPS)
    
    SUPPLIERS INTERESTED IN SUBMITTING AN ARRANGEMENT MAY ACCESS THE
    BID SOLICITATION DOCUMENTS FROM THIS NOTICE.
    
    BACKGROUND
    ---------------------
    PWGSC is renewing its Task and Solutions Professional Services
    (TSPS) methods of supply in its entirety.  This includes the
    Solutions-Based Supply Arrangement(s).
    
    This is a bid solicitation to request new Solutions Based Supply
    Arrangements (SA). It allows new and existing Suppliers to
    submit arrangements to qualify for those Regions, Metropolitan
    Areas and Streams covered by the Task and Solutions Professional
    Services framework outlined herein.
    
    Existing Suppliers that currently hold a valid award under
    E60ZN-13TSSB/XXX/ZN are still required to comply with the
    requirements of the bid solicitation although they are not
    required to re-qualify for any streams for which they have
    already been found technically compliant.  Further details are
    included within the solicitation package pertaining to the
    Grandfathering provisions for existing TSPS Suppliers.
    
    CENTRALIZED PROFESSIONAL SERVICES SYSTEM (CPSS)
    -----------------------------------------------------------------
    ------------
    All suppliers that want to bid will have to enroll and establish
    an account in the Supplier Module of the PWGSC Centralized
    Professional Services System (CPSS) e-Portal
    https://sspc-fournisseur-cpss-supplier.tpsgc-pwgsc.gc.ca/Fourniss
    eurInscrire-SupplierEnrol-eng.action . Instructions on accessing
    the Supplier Module e-Portal application are specified in the
    RFSA document.
    
    Suppliers will be required to submit a portion of their
    technical arrangement through the CPSS e-Portal Supplier Module.
    
    NOTE: As the CPSS e-Portal does not currently accommodate
    digital signatures, Suppliers will also be required to submit
    documents in hard copy format through the Bid Receiving Unit.
    Instructions in the RFSA provide details.
    
    REQUIREMENT:
    -----------------------
    This solicitation is a Request for Supply Arrangement (RFSA) to
    satisfy Canada's requirement for the provision of Solutions
    Based Professional Services to locations throughout Canada,
    excluding any locations in areas subject to any of the
    Comprehensive Land Claims Agreements.
    
    All suppliers who are capable of meeting the requirements of
    this RFSA are invited to submit an arrangement for the Services
    under a Supply Arrangement.
    
    The TSPS Solutions Based Supply Arrangement includes the
    following Streams:
    
    Stream 1:  Human Resource Services;
    Stream 2:  Business Services / Change Management Services; and
    Stream 3:  Project Management Services. 
    Stream 4: Real Property Project Management Services. 
    Stream 5: Technical Engineering and Maintenance Services (TEMS)
    
    All five (5) Streams 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).
    
    Solutions based professional services are services that are not
    related to a particular activity or initiative; they are
    requirements where Identified Users require options how to
    resolve a business problem.
    
    SA's resulting from this RFSA will not be used for staffing or
    for Temporary Help Services (THS) requirements.  
    
    The Supply Arrangement will remain valid for a period of 18
    months or until such time as Canada no longer considers them to
    be advantageous to use them. The period for awarding contracts
    under the Supply Arrangement begins on the start date of the
    Supply Arrangement and once activated by Canada in the
    Centralized Professional Services ePortal.
    
    In as much as possible, PWGSC will issue a RFSA intended to
    replace the Supply Arrangements for the Services on an annual
    basis, although PWGSC reserves the right to choose to proceed
    with a different procurement vehicle for the requirement if it
    considers such action appropriate.
    
    Each such re-competition (a "renewal RFSA") requires all
    Suppliers, including those who may have received a Supply
    Arrangement under the previous RFSA,(E60ZN-13TSSB/B or
    E60ZN-13TSSB/C) to submit an arrangement in response to the
    renewal RFSA in order to continue to provide services under its
    resulting Supply Arrangements. 
    
    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 6 A-
    Supply Arrangement and Resulting Contract Clauses.
    
    SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS:
    -----------------------------------------------------------------
    ---------
    Part of this procurement may be designated by one or more
    Identified Users as set-aside under the federal government's
    Procurement Strategy for Aboriginal Business (PSAB). In these
    specific cases, (i) the procurement is set aside from the
    international trade agreements under the provision each has for
    set-asides for small and minority businesses, and (ii) as per
    Article 1802 of the AIT, the AIT does not apply.
    
    In order to be considered as an Aboriginal Business under the
    PSAB, the Bidder must complete the Aboriginal Business
    certification contained in the Data Collection Component of the
    CPSS.
    
    By executing the certification, the Bidder warrants that it is
    an Aboriginal business as defined in the Set-aside Program for
    Aboriginal Business.
    
    LOCATION OF SERVICES:
    ------------------------------------
    The document titled "Definitions of the National Zone, Regions
    and Metropolitan Areas" at the following link are incorporated
    by reference into any resulting Supply Arrangement:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/dznrrm-dnzrma-eng.ht
    ml 
    and may receive Services under this Supply Arrangement where a
    Supplier is qualified to do so:
    
    
    
    
    
    
    
    
    
    	·	National Zone 
    	·	Regions and Metropolitan Areas 
    	o	Atlantic 
    	§	Halifax 
    	§	Moncton 
    	o	Quebec 
    	§	Montreal 
    	§	Quebec City 
    	o	National Capital 
    	§	National Capital Region 
    	o	Ontario 
    	§	Toronto 
    	o	Pacific 
    	§	Vancouver 
    §	Victoria 
    	o	Western 
    	§	Calgary 
    	§	Edmonton 
    	§	Saskatoon
    	§	Winnipeg
    	
    OFFICIAL LANGUAGES:
    ---------------------------------
    The 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 contract against
    the SA.
    
    MANDATORY TECHNICAL CRITERIA:
    ----------------------------------------------------
    The technical arrangement should address clearly and in
    sufficient depth the points that are subject to the evaluation
    criteria against which the arrangement will be evaluated. As the
    status and circumstances of each supplier is unique, it is the
    responsibility of each supplier to read all documents related to
    this RFSA, and to ensure that all mandatory criteria,
    Certifications, and elements required for arrangement validity
    are met in their arrangement. 
    
    SELECTION METHODOLOGY:
    -----------------------------------------
    The Supplier Selection will be conducted per Tier, Region,
    Metropolitan Area and Stream. 
    
    Each technically responsive arrangement will be recommended for
    the issuance of a Supply Arrangement on the terms stated in
    Component II of the RFSA.
    
    Where an Aboriginal Bidder qualifies for both an Aboriginal and
    Non-Aboriginal Supply Arrangement, only one Supply Arrangement
    will be awarded.
    
    
    NEW TSPS SUPPLIER AND EXISTING TSPS HOLDER 
    -----------------------------------------------------------------
    -------------------------------------------
    Please refer to Component 1, Part 3 Arrangement Preparation
    Instruction, Arrangement Submission Grid for more information on
    how to complete your bid. The purpose of the grid is to assist
    Suppliers with their arrangement preparation and submission. It
    is the responsibility of each supplier to read all documents
    related to this solicitation, and to ensure that all mandatory
    criteria, Certifications, and elements required for arrangement
    validity are met in their submission. Where in the Arrangement
    Submission Grid the symbol "&" is used, it means that the
    Supplier must submit the information requested through both
    methods.
    
    INFORMATION REGARDING RFSA:
    ------------------------------------------------------
    Information regarding the RFSA can be obtained in accordance
    with the Enquiries provisions set out in the Solicitation,
    Article 2.7 and/or by submitting an email to the TSPS team
    directly at:  SPTS.TSPS@tpsgc-pwgsc.gc.ca 
    	
    
    
    Delivery Date: 29/01/2015
    
    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
    • 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
    Paradis, Lise
    Phone
    (819) 953-0442 ( )
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    007
    English
    95
    007
    French
    16
    006
    English
    90
    006
    French
    12
    005
    English
    114
    005
    French
    13
    004
    English
    113
    004
    French
    13
    003
    English
    113
    003
    French
    12
    002
    English
    128
    002
    French
    17
    English
    145
    001
    English
    172
    French
    28
    001
    French
    23
    000
    English
    344
    000
    French
    46

    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: