RCMP NHQ Asset Management Support

Solicitation number M7594-183721/A

Publication date

Closing date and time 2018/08/20 14:00 EDT

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
    
    (File No. M7594-183721/A Requirement greater than $2 million )
    
    
    This requirement is for ROYAL CANADIAN MOUNTED POLICE
    
    This requirement is for TSPS class: 4. REAL PROPERTY PROJECT MANAGEMENT SERVICES STREAM 
    
    Number of Resources Consultant Category Level of Experience
    
    2 4.2 PROJECT MANAGER FOR REAL PROPERTY  Junior
    4 4.2 PROJECT MANAGER FOR REAL PROPERTY  Intermediate
    1 4.2 PROJECT MANAGER FOR REAL PROPERTY  Senior
    
    Task authorization contract to be awarded.
    
    This requirement is open only to the following companies who qualified under the stated consultant category, security level, region and tier:
    
    List of suppliers being invited for:
    
    4. REAL PROPERTY PROJECT MANAGEMENT SERVICES STREAM
     
    4.2 PROJECT MANAGER FOR REAL PROPERTY
    
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    Altis Human Resources (Ottawa) Inc. 
    CBRE Limited 
    CIMA+ S.E.N.C. 
    Colliers Project Leaders Inc. 
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Contract Community Inc. 
    Deloitte Inc. 
    EllisDon Corporation 
    Ernst & Young LLP 
    G. Bird Holdings Inc. 
    IAN MARTIN LIMITED 
    IBISKA Telecom Inc. 
    INNOVATIVE CONSTRUCTION INC., VERTERRRA CORP., IN JOINT VENTURE
    Lansdowne Technologies Inc. 
    Maverin Business Services Inc. 
    Olav Consulting Corp 
    p2i strategies ltd. 
    PATHQUEST CONSULTING SERVICES INC. 
    Peter J. Kindree Architect 
    Pricewaterhouse Coopers LLP 
    Protak Consulting Group Inc. 
    QMR Staffing Solutions Incorporated 
    QMR STAFFING SOLUTIONS INCORPORATED,ERSKINE DREDGE ASSOCIATES & ARCHITECTS INC.,IN JOINT VENTURE 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Revay and Associates Limited 
    SpaceWerx Corporation 
    Stantec Consulting Ltd. 
    Stratégia conseil inc 
    The AIM Group Inc. 
    Tiree Facility Solutions Inc. 
    Turner & Townsend CM2R Inc. 
    WSP Canada Inc. 
    Zernam Enterprise Inc 
    
    
    Request for Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT Buyandsell.gc.ca/tenders IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. 
    
    Location of work to be performed:
    
    The Contractor may be required to travel outside of the National Capital Region. The Contractor may be required to accompany the Technical Authority or their designated representatives on visits to other RCMP Canadian facilities. 
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  
    PWGSC FILE # M7594-183721/A
    
    1.  The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, 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 CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by CISD/PWGSC.
    
    3.  The Contractor/Offeror MUST NOT remove any CLASSIFIED information or assets 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).
    
    
    NOTE: The security requirements (SRCL and related clauses) will be further specified under each Task Authorization.
    
    Inquiries regarding this RFP requirement are to be submitted to the contracting officer listed below:
    
    File Number: M7594-183721/A
    Contracting Officer: Vidia Debidin
    Phone Number: 613-314-6732
    Email: vidia.debidin@pwgsc-tpsgc.gc.ca
    
    Royal Canadian Mounted Police (RCMP) requires a variety of expertise in Project Management Resource Services with knowledge and experience in supporting and managing Government of Canada Real Property Projects in the NCR.  
    
    This bid solicitation is being issued to satisfy the requirement of RCMP for Task Based Professional Services. It is intended to result in the award of one Task Authorization Contract on an as and when required basis from date of contract award to one year later, with four (4) option periods of twelve (12) months.
    
    Documents may be submitted in either official language of Canada.
    
    NOTE: Task-Based Professional Services (TSPS) Method of Supply is refreshed on an annual basis. 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
    Debidin, Vidia
    Phone
    (613) 314-6732 ( )
    Email
    vidia.debidin@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    001
    French
    3
    001
    English
    5
    000
    French
    7
    000
    English
    38

    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.