International Project Management Support Services (PMSS)

Solicitation number 22-208568

Publication date

Closing date and time 2023/01/06 14:00 EST


    Description

    Please ensure that if the notice falls within the bounds of the Comprehensive Economic and Trade Agreement (CETA), include the following requirements in the description:

    Estimated quantity of commodity: Service on demand

    Duration of contract: award date to March 31, 2023

    Time frame of delivery: award date to March 31, 2023

    Any conditions for participation of suppliers not specified in solicitation documentation:

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS)

    GSIN: R019BF - Human Resource Services, Business Consulting/Change Management; Project Management Services

    Reference Number:

    22-208568

    Solicitation Number:

    22-208568

    Organization Name:

    Department of foreign Affairs, Trade and Development

    Solicitation Date:

    2022-12-20

    Closing Date:

    2023-01-06 02:00 PM Eastern Standard Saving Time EST

    Anticipated Start Date:

    As soon as possible

    Estimated Delivery Date:

    TBD

    Estimate Level of Effort:

    The contract is estimated at eighty (80) days for each of the required TSPS categories.

    Contract Duration:

    The period of the Contract is from the date of Contract award to March 31, 2023.

    Solicitation Method:

    Competitive

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contract(s):

    1

    Applicable Trade Agreements:

    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement (CColFTA)
    • Canada-Honduras Free Trade Agreement (CHFTA)
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Panama Free trade agreement (CPanFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA),
    • World Trade Organization Agreement on Government Procurement (WTO-AGP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TSPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories.

    Resource Category

    Level of Expertise

    Estimated Number of Resources Required

    4.1 Project Administrator for Real Property

    Senior

    1

    4.1 Project Administrator for Real Property

    Intermediate

    2

    4.1 Project Administrator for Real Property

    Junior

    2

    4.2 Project Manager for Real Property

    Senior

    1

    4.2 Project Manager for Real Property

    Intermediate

    1

    4.2 Project Manager for Real Property

    Junior

    1

    The following SA Holders have been invited to submit a proposal:

    1. 9468269 Canada Corp.
    2. Adirondack Information Management Inc., The AIM Group Inc, in Joint Venture
    3. Altis Human Resources (Ottawa) Inc.
    4. Blue Water Sourcing Inc
    5. Colliers Project Leaders Inc.
    6. Colliers Project Leaders Inc., Tiree Facility Solutions Inc, in Joint Venture
    7. Deloitte Inc.
    8. Ernst & Young LLP
    9. HDP Group Inc
    10. Protak Consulting Group Inc.
    11. Revav and Associates Limited
    12. T.I.7 Inc.
    13. The AIM Group Inc.
    14. Tiree Facility Solutions Inc.
    15. Veritaag Technology House Inc.

    Description of Work:

    The Department of Foreign Affairs Trade and Development Canada (DFATD) has identified a requirement for Project Management Support Services (PMSS) resources, PSPC to assist DFATD’s team in the completion of a series of projects abroad.

    PMSS resources are sought for the management of planning, design and construction of physical security upgrade projects at Chanceries, Official Residences, Consulates, Staff Quarters etc., and other related work, whether on Crown owned or leased premises. Locations of these assets are outside Canada; for potential locations see a list of Canadian Embassies abroad under https://travel.gc.ca/assistance/embassies-consulates.

    The Contractor is required to provide DFATD with eight (8) TSPS resources all with a security level of “Secret” to perform Work on an “as and when required” basis using Task Authorizations. One contract will be awarded for all eight (8) resources, a bidder must propose all eight (8) required resources in order to be considered.

    Incumbent Information:

    Requirement

    Contractor name

    Contract period

    Contract value

    TSPS Professional Services – multiple categories

    Protak Consulting Group Inc.

    24 months

    $ 12,500,233.28

    Security Requirement:

    There are security requirements associated with this requirement:

    1. The Contractor must, at all times during the performance of the Contract, hold a valid Facility Security Clearance at the level of SECRET, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The Contractor personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET granted or approved by CSP, PWGSC.
    3. The Contractor must not remove any PROTECTED/CLASSIFIED information from the identified work site(s), and the Contractor 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 CSP, PWGSC.

    Contracting Authority:

    Name: Assane Ndiaye

    Phone Number: 613-791-7185

    Email Address: assane.ndiaye@international.gc.ca

    Inquiries:

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.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.

    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)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    Canada
    Contracting authority
    Ndiaye, Assane
    Phone
    613-791-7185
    Email
    assane.ndiaye@international.gc.ca
    Address
    200, Promenade du Portage
    Gatineau, QC, K1A 0G4
    CA

    Buying organization(s)

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World, National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering