Business Management

Solicitation number EP635-181604/A

Publication date

Closing date and time 2018/01/03 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TASK Based Professional Services (TSPS) Requirement
    
    
    This requirement is for: PUBLIC WORKS AND GOVERNMENT SERVICES CANADA
    
    
    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS/D who qualified under Tier 2 for the following category(ies): 
    
    TSPS Stream and Category   Level
    2.3 Business Consultant    Senior
    3.5 Quality Assurance/Management Specialist Intermediate 
    3.6 Risk Management Specialist   Senior
    3.8 Financial Specialist    Senior 
    4.4 Project Planner for Real Property  Senior
    4.6 Portfolio Planner for Real Property  Senior
    5.4 Professional Engineer   Senior
    
    The following SA Holders have been invited to submit a proposal.
    
    Altis Human Resources (Ottawa) Inc. 
    Deloitte Inc. 
    Olav Consulting Corp 
    Orbis Risk Consulting Inc. 
    Protak Consulting Group Inc. 
    Tiree Facility Solutions Inc. 
    
    
    
    Description of the Requirement:
    
    This bid solicitation is being issued to satisfy the requirement of Public Works and Government Services Canada (PWGSC) for the provision of Task and Solutions Professional Services.  The Contractor must provide required Real Property Resources on an “as and when required” basis to support the Energy Services Acquisition Program (ESAP) Team for Real Property projects in the National Capital Region (NCR) initiated through Task Authorizations. It is intended to resulting in the award of one contract for five years with three one year optional period.
    
    
    Security Requirement:
    
    The following security requirement (SRCL and related clauses) applies and form part of the Contract: 
    
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    2. The Contractor/Offeror personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABLITY STATUS, CONFIDENTIAL or SECRET as required, granted or approved by CISD/PWGSC.
    3. The Contractor/Offeror MUST NOT remove any PROTECTED/CLASSIFIED information from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    5. The Contractor/Offeror must comply with the provisions of the: 
    a. Security Requirements Check List and security guide (if applicable), attached at Annex C;
    b. Industrial Security Manual (Latest Edition). 
    
    Applicable Trade Agreements:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    
    
    
    File Number:    EP635-181604/A
    
    Contracting Authority: Amélie Hamann
    
    Phone Number:  819-420-1388
    
    E-Mail:   Amelie.hamann@pwgsc.gc.ca
    
    
    
    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles.  If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Hamann, Amélie
    Phone
    (819) 420-1388 ( )
    Email
    amelie.hamann@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    11C1, Place du Portage III
    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
    004
    French
    3
    004
    English
    5
    003
    French
    1
    003
    English
    2
    002
    French
    2
    002
    English
    2
    001
    French
    2
    001
    English
    11
    000
    French
    4
    000
    English
    47

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price