***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 and under the stated consultant category, security level, region, level of expertise for the following category:
1. Category.
Category of personnel: 2.1 BUSINESS ANALYST, SENIOR (https://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/spctsoc-tspsso-clas2-eng.html)
Number of resources required: ONE (1)
Region/Metropolitan Area: REMOTE/VIRTUAL ACCESS
1.1 The requirement is intended to result in the award of one (1) contract.
2. Description of the Requirement.
The purpose of the contract is to update the Pan-Canadian Designation Policy Framework based on research and input from participating jurisdictions and other stakeholders. This must be done by:
• Completing a jurisdictional scan of current Provincial/Territorial (P/T) designation regulations and policies, and designation related issues;
• Developing a report that summarizes the results of the jurisdictional scan; and
• Developing an updated Framework and companion research report.
2.1 Project Plan
The Contractor must, in consultation with the Project Authority:
a) Review relevant background information on the project, as provided by the Project Authority.
b) Develop and produce a detailed draft and final Work and Methodology Plan, which should include the following key components, based on the specifications provided by the Project Authority:
i. Workplan (using the project specific constraints and mitigation activities identified in their original bid during the request for proposals);
ii. Template for status updates;
iii. Data collection plan; and
iv. Data analysis plan.
The Contractor must have technical research, consultative and project management expertise and be able to provide high quality project deliverables.
To support, the Contractor must be detail-oriented, strategic, and able to develop recommendations from the gaps found in the research. The Contractor must have strong verbal and written communication capabilities.
3. Level of Security Requirement.
There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: RELIABILITY STATUS
Document Safeguarding Security Level Required: PROTECTED B
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 to September 30, 2027.
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. Aboriginal Employment Services Inc.
2. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
3. BRIDGEABLE INC.
4. Connecting Humans Inc.
5. Cyrus Echo Corporation
6. Deloitte Inc.
7. FERENCE & COMPANY CONSULTING LTD.
8. Gelder, Gingras & Associates Inc.
9. Hickling, Arthurs, Low Corporation
10. Maverin Business Services Inc.
11. MDOS CONSULTING INC.
12. Mobile Resource Group Inc
13. MRSB Consulting Services Inc.
14. OXARO INC.
15. Sia Partners Inc. / Sia Partenaires Inc.
16. Strategic Relationships Solutions Inc.
17. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
18. T.I.7 Inc.
19. TDV Global inc.
20. The Institute on Governance
8. Contact Information.
File Number: 100027736
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