Trade Agreement: CETA / WTO-AGP / CPTPP / 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
This requirement is for: Innovation, Science and Economic Development Canada (ISED)
Special Note re. Covid-19:
This RFP is urgent as it is raised to help with Canadas efforts to address the impacts of COVID-19.
As such, Canada requests that bidders review the RFP carefully to ensure their bid meets all the requirements and this will assist Canada to completing evaluations in an efficient manner as possible.
As well, please note that due to the time constraints and the urgency of this requirement, there is a reduced bid period and Canada is not in a position to consider RFP bid period extensions.
This requirement is open only to those Supply Arrangement Holders under TSPS SA Solution Based, E60ZT-16TSSB/D who qualified under Tier 2 for the following stream:
TSPS Stream
Stream 2: Business consulting/change management services
Stream 3: Project management services
The following SA Holders have been invited to submit a proposal.
Accenture Inc.
ADGA Group Consultants Inc.
AECOM Canada Ltd.
ALTRUISTIC INFORMATICS CONSULTING INC.
Auguste Solutions and Associates Inc.
BDO Canada LLP
BMT CANADA LTD.
Calian Ltd.
Canadian Development Consultants International Inc.
CGI Information Systems and Management Consultants Inc.
Colliers Project Leaders Inc.
Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
CORE Software Corp
CPCS Transcom Limited
Deloitte Inc.
Eclipsys Solutions Inc
Ernst & Young LLP
Human Resource Systems Group Ltd.
IBM Canada Limited/IBM Canada Limitée
IT/Net - Ottawa Inc.
KPMG LLP
Lansdowne Technologies Inc.
Le Groupe Conseil Bronson Consulting Group
McKinsey & Company Canada
MGIS Inc.
NATTIQ INC.
Pricewaterhouse Coopers LLP
QinetiQ Limited
Quallium Corporation
Raymond Chabot Grant Thornton Consulting Inc.
Sierra Systems Group Inc.
Taligent Consulting Inc.
TDV Global inc.
Tiree Facility Solutions Inc.
Description of the Requirement:
This bid solicitation is being issued to satisfy the requirement of Innovation, Science and Economic Development Canada (ISED) for the provision of the Task and Solutions Professional Services.
The Contractor must provide the required professional services under Business consulting/change management services stream 2 and Project management services Stream 3 on an-as-and-when requested-basis to provide detailed industry sectoral profiles, including the competitiveness of the overall sector, and conduct detailed financial and market assessments of multiple large employers operating in Canada across multiple sectors.
The Contractor will also provide ongoing economic and financial analysis and advice with respect to the COVID-19 crisis, its impact on Canadas economic sectors, and the restart of the Canadian economy in the National Capital Region (NCR) initiated through Task Authorizations.
The period of any resulting contract will be from contract award to March 31, 2021.
Any resulting contract will include an irrevocable option to extend the resulting contract term by up to two additional one year periods under the same conditions. While Canada anticipates awarding a single contract under this RFP, it does reserve the right to award two contracts should it be needed. Canada reserves the right to add additional resources to the consultant categories listed to 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/Supply Arrangement, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of Protected B, issued by the Canadian Industrial Security Directorate(CISD), Public Works and Government Services Canada (PWGSC) 2. The Contractor/Offeror personnel requiring access to protected information, assets or work site(s) must EACH hold a valid Reliability Status, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC) 3. The Contractor must not utilize its Information Technology systems to electronically process, produce or store protected information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed up to the level of Protected B 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:
1. Security Requirements Check List and security guide (if applicable), attached at Annex C; 2. 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 North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the Canadian Free Trade Agreement (CFTA).
File Number:
U2200-219831/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.