Temporary Help Services for the NCR

Solicitation number EN578-172870/C

Publication date

Closing date and time 2019/03/20 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CFTA / CPTPP
    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 Proposed Procurement (NPP): Request for Supply Arrangements (RFSA) for Temporary Help Services (THS) for Government of Canada Identified Users in the National Capital Region (NCR).
    
    This solicitation and resulting Supply Arrangement replaces the existing THS Supply Arrangements and Standing Offers in the NCR. Therefore, all interested suppliers are required to submit a response to this solicitation in order to continue to provide Temporary Help Services in the NCR. Changes affecting the THS Method of Supply are being implemented through this solicitation. Suppliers are reminded of the importance of reading this document in its entirety, as well as all documents incorporated by reference.
    
    
    Two pilot projects are being introduced in this method of supply. 
    1) The first pilot project is to promote greater opportunities for self-identified indigenous suppliers (including PSAB registered businesses) and to increase the diversity of suppliers from other underrepresented groups (such as women, people with disabilities and visible minorities), in federal government procurement. 
    2) The second project introduces the Right-Fit Basis of Selection. Under specific circumstances, users have the option of choosing the lowest priced bid or the one representing the best value within a certain price band. Refer to PART 6B, Article 6.2 for details. 
    
    These pilot projects will be monitored closely for a year to establish a permanent framework.
    
    By submitting an arrangement, suppliers are acknowledging that they agree to the process as well as the terms and conditions as described in this solicitation.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA) and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) only; it is excluded from the North American Free Trade Agreement (NAFTA) and is not covered under the World Trade Agreement on Government Procurement (WTO-AGP) or the Canada-European Union (EU) Comprehensive Economic and Trade Agreement (CETA).
    
    PERMANENT NOTICE:
    
    This is the permanent notice for the duration of the THS method of supply in the NCR.  As long as this permanent notice remains posted on Buyandsell.gc.ca/tenders, THS Supply Arrangements will be issued to all suppliers that meet the qualification requirements of this RFSA.
    
    Canada may receive arrangements perpetually, but reserves the right to conduct the evaluation of arrangements in cycles, not less than quarterly. 
    
    Quarterly Evaluation Periods:
    
    Q1 July 1 to September 30
    Q2 October 1 to December 31
    Q3 January 1 to March 31
    Q4 April 1 to June 30 
    
    Once a Supply Arrangement has been awarded, a THS supplier may qualify for additional classifications or streams quarterly.
    
    
    BACKGROUND:
     
    The THS method of supply has a total of 14 streams. A full description of the streams and their categories can be found on the Temporary Help Services website at:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/sat-ths/index-eng.html
    
    No limit is set on the number of Supply Arrangements to be issued.
    
    SECURITY REQUIREMENT:
    
    There is a security requirement associated with this requirement.  For additional information, refer to the RFSA document below, Part 4, section 4.2.2 Other Mandatory Requirements.
    
    PROCUREMENT STRATEGY FOR ABORIGINAL BUSINESS (may be applicable to a portion of the RFSA):
    
    A portion of this procurement may be set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, firms must certify that they qualify as an Aboriginal business as defined in the PSAB and comply with all requirements of the PSAB.
    
    Where a Supplier wishes its arrangement to be considered for set aside for Aboriginal business under the federal governments Set-Aside Program for Aboriginal Business, Suppliers must complete and sign the certification in Part 5 - Certifications of the RFSA.
    
    LOCATION OF SERVICES:
    
    Supply Arrangements will be awarded to Qualified Suppliers in the National Capital Region (NCR).  The NCR boundary for PWGSC is recognized as the Regional Municipality of Ottawa-Carleton boundary in the province of Ontario and the Outaouais Regional Community in the province of Quebec.
    
    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 Supply Arrangement.
    
    ENQUIRIES:
    
    Enquiries can be sent to the Supply Arrangement Authority at:
    
    TPSGC.DGASAT-ABTHS.PWGSC@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

    • Canadian Free Trade Agreement (CFTA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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
    Harrington , Ingrid
    Phone
    (613) 859-0469 ( )
    Email
    ingrid.harrington@tpsgc-pwgsc.gc.ca
    Address
    10, rue Wellington/10 Wellington St
    Terraces de la chaudière
    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
    002
    French
    13
    002
    English
    95
    001
    French
    3
    001
    English
    92
    000
    French
    39
    000
    English
    452

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: