Portfolio Management Support Services-PMSS
Solicitation number 08025-190490/A
Publication date
Closing date and time 2021/03/09 14:00 EST
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / 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: Department of Foreign Affairs Trade and Development Canada This requirement is open only to those Supply Arrangement Holders under TSPS SA Task Based, E60ZT-18TSPS who qualified under Tier 2 for the following stream: TSPS Stream Stream 2: Business consulting/change management services Stream 3: Project management services Stream 4: Real Property Project Management Services The following SA Holders have been invited to submit a proposal. Altis Human Resources (Ottawa) Inc. Ernst & Young LLP KPMG LLP Lansdowne Technologies Inc. Pricewaterhouse Coopers LLP QMR Staffing Solutions Incorporated Raymond Chabot Grant Thornton Consulting Inc. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA The AIM Group Inc. Tiree Facility Solutions Inc. Description of the Requirement: This bid solicitation is being issued to satisfy the requirement of the Department of Foreign Affairs Trade and Development Canada (DFATD) for the provision of the Task and Solutions Professional Services. The Contractor must provide the required professional services for real property portfolio planning and management, and other services related to DFATD’s Planning and Stewardship Bureau (ARD) in the International Platform Branch in the National Capital Region (NCR) initiated through Task Authorizations. It is intended to result in the award of a contract totaling three years which includes four one-year optional periods. Canada reserves the right to add additional resources to the consultant categories listed in the contract. Security Requirement: The following security requirement (SRCL and related clauses provided by the Contract Security Program apply and form part of the Contract: 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 TOP SECRET, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC). 2. The Contractor/Offeror personnel requiring access to CLASSIFIED information, assets or sensitive site(s) must EACH hold a valid personnel security screening at the level of TOP SECRET or SECRET as required, granted or approved by the CSP, PWGSC. 3. The Contractor/Offeror MUST NOT remove any CLASSIFIED information or assets from the identified 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 the CSP, 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 Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA) and the Canada-Korea Free Trade Agreement (CKFTA). File Number: 08025-190490/A Contracting Authority: Amélie Hamann Phone Number: 613-859-0582 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)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Haman, Amelie
- Phone
- (613) 859-0582 ( )
- Email
- amelie.hamann@tpsgc-pwgsc.gc.ca
- Address
-
Les Terrasses de la Chaudière
10, rue Wellington, 4th floorGatineau, Quebec, K1A0S5
Buying organization(s)
- Organization
-
Foreign Affairs, Trade And Development (Department Of)
- Address
-
125 Sussex DrOttawa, Ontario, K1A0G2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZV.B002.E38944.EBSU003.PDF | 003 |
English
|
31 | |
ABES.PROD.PW__ZV.B002.F38944.EBSU003.PDF | 003 |
French
|
7 | |
ABES.PROD.PW__ZV.B002.E38944.EBSU002.PDF | 002 |
English
|
15 | |
ABES.PROD.PW__ZV.B002.F38944.EBSU002.PDF | 002 |
French
|
5 | |
ABES.PROD.PW__ZV.B002.E38944.EBSU001.PDF | 001 |
English
|
46 | |
ABES.PROD.PW__ZV.B002.F38944.EBSU001.PDF | 001 |
French
|
8 | |
ABES.PROD.PW__ZV.B002.E38944.EBSU000.PDF | 000 |
English
|
103 | |
ABES.PROD.PW__ZV.B002.F38944.EBSU000.PDF | 000 |
French
|
14 |
Access the Getting started page for details on how to bid, and more.