NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK Based Professional Services (TSPS) Requirement
This requirement is for Employment and Social Development Canada.
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1, under the region / metropolitan area, level of expertise and for the following categories:
1. Category
a) Category of personnel: 2.7 Needs analysis and research consultant, Senior
Resources Required: One (1) resource
Region/Metropolitan Area: Remote/Virtual Region;
b) Category of personnel: 2.7 Needs analysis and research consultant, Intermediate
Resources Required: One (1) resource
Region/Metropolitan Area: Remote/Virtual Region.
1.1 The requirement is intended to result in the award of one (1) contract.
2. Description of the Requirement
The primary objective of the project is to deliver an independent assessment of labour practices on digital platforms in Canada with the goal of encouraging companies to improve working conditions for gig workers employed through them.
The contractor will produce two to three methodological approaches for assessing the labour practices of at least three digital platform operators in Canada. Each option will outline resource requirements, project scope, timelines, methodology, outcomes, and pros and cons inherent within and relative to each option.
3. Security
This solicitation does not include any security requirements.
4. 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-Honduras Free-Trade Agreement, 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), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).
5. Proposed period of contract
The proposed period of contract is from contract award date to March 31, 2026.
The Contractor will grant to Canada the irrevocable option to extend the term of the Contract by up to three additional one-year periods under the same terms and conditions.
Option Period 1: April 1, 2026 to March 31, 2027
Option Period 2: April 1, 2027 to March 31, 2028
Option Period 3: April 1, 2028 to March 31, 2029
6. Conditional Set-aside for Indigenous Business (PSIB)
This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business (PSIB). In accordance with the requirements for conditionally set aside procurements of the PSIB, if there are two (2) or more responsive bids with a valid Indigenous Business Certification, only those responsive bids will be eligible to be awarded a contract; otherwise, all responsive bids will be eligible. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, see Annex 9.4 of the Supply Manual.
7. Supply Agreement (SA) Holders
The following SA Holders have been invited to submit a proposal:
1) 6893449 Canada Inc
2) Aboriginal Employment Services Inc.
3) Acosys Consulting Services Inc.
4) ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
5) ADRM Technology Consulting Group Corp.
6) ADRM Technology Consulting Group Corp. and Randstad Interim Inc
7) Altis Recruitment & Technology Inc.
8) Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
9) Creative Fire LP
10) Deloitte Inc.
11) Donna Cona Inc.
12) Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
13) FERENCE & COMPANY CONSULTING LTD.
14) Gartner Canada Co.
15) Goss Gilroy Inc.
16) I4C INFORMATION TECHNOLOGY CONSULTING INC
17) Increment One Consulting Ltd
18) IPSS INC.
19) KPMG LLP
20) MAKWA Resourcing Inc.
21) Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
22) Malarsoft Technology Corporation
23) Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
24) Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
25) Maverin Business Services Inc.
26) Maverin Inc.
27) MDOS CONSULTING INC.
28) MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
29) Mobile Resource Group Inc
30) MQO Research Inc.
31) NATTIQ INC.
32) Networks, Economics & Strategy (NE&S) Inc.
33) Nisha Technologies Inc.
34) OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
35) Orbis Risk Consulting Inc.
36) OXARO INC.
37) Prologic Systems Ltd.
38) R.A. Malatest & Associates Ltd.
39) Skyfly Solutions Inc., iFathom Corp in Joint Venture
40) SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
41) T.I.7 Inc.
42) Talent Transformation Group Inc
43) Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
44) TWO WORLDS CONSULTING LTD.
8. Contact Information
Solicitation #: 100030455
Contracting Authority: Marco Quiroga
E-Mail: nc-solicitations-gd@hrsdc-rhdcc.gc.ca
9. Inquiries
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
10. Debriefings
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
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