Public tender

Development and Implementation of a Portfolio Accessibility Vulnerability Assessment

This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.

Source ID: CA-NOTICE-cb-295-63154726-000

OpenCanada

Estimated value

As published by the source; may be updated by the buyer.

Scope overview

NOTICE OF PROPOSED PROCUREMENT (NPP) for Task and Solutions Professional Services (TSPS) non-IT solution-based Tier 1 This requirement is for: _____________ The Parks Canada Agency ______________ This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB/E who qualified under Tier 1, under the virtual/remote region, level of expertise and for the following category: - 4. Real Property Management Services Stream The requirement is intended to result in the award of one (1) contract. Only TSPS SA Holders holding a TSPS SA for Stream 4. Real Property Management Services Stream - Tier 1 at the time of bid closing, in all required streams in this solicitation and in remote/virtual access under the E60ZT-16TSSB/E series of SAs are eligible to compete. Description of the Requirement: Parks Canada Agency (PCA) is seeking the services of a consultant to develop and implement a comprehensive Portfolio Accessibility Vulnerability Assessment (PAVA) of its built asset portfolio. This initiative supports compliance with the Accessibility Canada Act (ACT), the Treasury Board (TB) Directive on the Management of Real Property. This solution will provide actionable insights to embed accessibility into portfolio management and inform the renewal of PCA’s Real Property Portfolio Strategy (RPPS). The PAVA will identify and prioritize built asset vulnerabilities requiring accessibility upgrades, ensuring alignment with federal accessibility standards and strategic planning processes. The findings will be used to guide investment decisions and embed accessibility in portfolio management. Security: 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. Level of Security Requirement: Security Requirement: Common PS SRCL #9 Minimum Corporate Security Required: Designated Organization Screening (DOS) Minimum Resource Security Required: Reliability Status Document Safeguarding Security Level Required: Protected B Applicable Trade Agreements: The requirement is subject to the provisions of the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Honduras Free-Trade Agreement, the Canadian Free Trade Agreement (CFTA), and the Canada-Korea Free Trade Agreement (CKFTA). Proposed period of contract: The proposed period of contract shall be from date of Contract to November 30, 2026. Contracting Authority Information: File Number: 5P300-25-0167/A Contracting Authority: Julianne Cox Phone Number: 343-585-1324 E-Mail: julianne.cox@pc.gc.ca 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. 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 Notice type: RFP against Supply Arrangement Procurement method: Competitive - Selective tendering Selection criteria: Highest Technical Merit within a Stipulated Maximum Budget Trade agreements: *Canadian Free Trade Agreement (CFTA) *Canada-Chile Free Trade Agreement (CCFTA) *Canada-Colombia Free Trade Agreement *Canada-Korea Free Trade Agreement (CKFTA) *Canada-Honduras Free Trade Agreement Regions of delivery: *Canada Contact: Julianne Cox (julianne.cox@pc.gc.ca) (343) 585-1324

StatusOpen
CountryCanada
Publish dateDec 5, 2025
Submission deadlineJan 12, 2026
Estimated value
BuyerParks Canada Agency (PC)
CityCornwall

Buyer & contacts

Contacts available
2 fields (name, email, phone, organization) are unlocked for subscribers.
Unlock details
Email
LockedSubscribe to view
Organization
LockedSubscribe to view
Start your pilot

Unlock the full IndexBox Tenders workspace

Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.