TSPS RFSA/RFSO re-competition

Solicitation number E60ZT-18TSPS/A

Publication date

Closing date and time 2018/11/27 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    DESCRIPTION
    
    Request for a Task-based Supply Arrangement (RFSA)/Request for a Standing Offer (RFSO) and Re-competition of Existing Task-based Supply Arrangements (SA) and Standing Offers (SO) under the Task and Solutions Professional Services (TSPS) method of supply.
    
    Suppliers interested in submitted a response to this RFSA/RFSO may access the bid solicitation documents directly from this Notice of Proposed Procurement (NPP) publication.
    
    REQUIREMENT
    
    This solicitation is a RFSA/RFSO to satisfy Canada's requirement for the provision of Task-based Professional Services to locations throughout Canada, excluding any locations in areas subject to any of the Comprehensive Land Claims Agreements.
    
    BACKGROUND
    
    This document will serve to qualify new suppliers and to maintain currently awarded Task-based SAs and SOs.
    
    New Bidders:  In order to be considered for a TSPS SA and/or SO, it is mandatory to submit a bid in accordance with this RFSA/RFSO by the closing date and time indicated on Page 1 of this RFSA/RFSO, and comply with the mandatory requirements of this solicitation.
    
    Existing Suppliers:  In order to maintain your current Task-based SA and/or SO, it is mandatory to submit a bid in accordance with this RFSA/RFSO Re-Competition by the closing date and time indicated on Page 1 of this RFSA/RFSO.  It is also an opportunity to include additional information to your existing SA and/or SO such as Streams, Categories, Tiers, Levels of Expertise, and/or Regions/Metropolitan Areas. Existing SA and/or SO Suppliers are not required to re-qualify for any Categories for which they already have a SA and/or SO, although they must otherwise comply with the requirements of the re-competition solicitation to retain the previously awarded Categories.
    
    LIST OF STREAMS
    
    This RFSA/RFSO covers five Streams:
    
    Stream 1:  Human Resource Services;
    Stream 2:  Business Services / Change Management Services; 
    Stream 3:  Project Management Services; 
    Stream 4:  Real Property Project Management Services; and 
    Stream 5:  Technical Engineering and Maintenance Services.
    
    Each Stream is further subdivided into single “Categories”.  Details of the general definitions for the TSPS Task-Based Streams and Categories are available at the TSPS - Streams and Categories page: http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/spctscc-tspscc-eng.html.  
    
    In regards to the SA resulting from this solicitation, all five Streams are structured according to the following Tiers:
    
    Tier 1:  Requirements valued at the NAFTA threshold and up to and including $2 million 
    Tier 2:  Requirements valued at more than $2 million
    
    Tasks are finite work assignments that require one or more consultants to complete.  A task involves a specific start date, a specific end date and set deliverables.  Tasks are usually not large projects, although they may be subsets of a larger project.  Tasks may require highly specialized work to be performed requiring a rare or unique skill or knowledge for a short period of time.
    
    LOCATION OF SERVICES
    
    The document titled "Definitions of the Remote/Virtual Access, Regions and Metropolitan Areas" at the following link are incorporated by reference into any resulting SA and/or SO:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/dznrrm-dnzrma-eng.html 
    
    The following Regions and Metropolitan Areas may receive Services under this SA and/or SO where a Supplier is qualified to do so.
    
    Regions:
    Atlantic, Quebec, Ontario, Western, Pacific, National Capital, Remote/Virtual Access.
    
    Metropolitan Areas:
    Halifax, Moncton, Montreal, Quebec City, Toronto, Calgary, Edmonton, Saskatoon, Winnipeg, Vancouver, Victoria, National Capital Region.
    
    REFRESH PERIODS AFTER THE RE-COMPETITION 
    
    After SAs and SOs are awarded, a refresh process will be initiated for the SA which will enable the qualification of new suppliers and/or further qualification to add streams, categories, tier, region, metropolitan area for existing suppliers already included in the e-Portal of the Centralized Professional Services System (CPSS).
    
    REFRESH PERIODS (ESTIMATED)
    
    The Bid solicitation has established periods (also known as “quarters”), which align with the Government of Canada’s fiscal year quarters, please refer to the RFSA/RFSO document for more information.  
    
    SECURITY REQUIREMENT
    
    There is a security requirement associated with the requirement of the SA and of the SO.  For additional information, see Component 1, Part 1, Paragraph 6 and Component 1, Part 4, Paragraph 5.  
    
    DEBRIEFINGS
    
    Bidders may request a debriefing on the results of the RFSA/RFSO process. Bidders should make the request to the SA/SO Authority within 15 working days of receipt of the results of the RFSA/RFSO process. The debriefing may be done in writing or by telephone.
    
    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.
    
    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 submitting the certification, the Bidder warrants that it is an Aboriginal business as defined in the Set-aside Program for Aboriginal Business.
    
    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 and/or SO.
    
    CENTRALIZED PROFESSIONAL SERVICES SYSTEM (CPSS)
    
    All suppliers that want to submit a response to this RFSA/RFSO must enroll and establish an account in the Supplier Module of the PWGSC Centralized Professional Services System (CPSS) e-Portal (http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/iffpe-seeps-eng.html). Instructions on accessing the Supplier Module e-Portal application are specified in the RFSA/RFSO document.
    
    Bidders must submit their bid through the DCC of the CPSS e-Portal Supplier Module by the closing date and time of the RFSA/RFSO solicitation and must submit the supporting documentation via email upon request by Canada (this is a paperless bid submission process).
    
    ENQUIRIES
    
    All enquiries and other communications with government officials relating to this RFSA/RFSO solicitation are to be directed only to the following address:
    
    TPSGC.SPTS-TSPS.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

    • 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)

    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
    Pilon, Robert
    Phone
    (613) 858-7891 ( )
    Email
    TPSGC.SPTS-TSPS.PWGSC@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière 5th Floor
    Terrasses de la Chaudière 5e étage
    10 Wellington Street,
    10, rue Wellington
    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
    English
    176
    002
    French
    30
    001
    English
    153
    001
    French
    19
    000
    English
    601
    000
    French
    72

    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: