Correctional Service Canada Seeks Engineering and Drafting Professional Services
NOTICE OF PROPOSED PROCUREMENT (NPP)for TASK Based Professional Services (TSPS) RequirementThis requirement is for: The Correctional Service of CanadaThis 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…
Source ID: CA-NOTICE-cb-940-1233437-000
Scope overview
NOTICE OF PROPOSED PROCUREMENT (NPP)for TASK Based Professional Services (TSPS) RequirementThis requirement is for: The Correctional Service of CanadaThis 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 category(ies): Atlantic RegionEstimated # of Resources Category Level1 5.1 Draftsperson/illustrator Level 2 (Intermediate)1 5.4 Professional Engineer (P.
Eng.) Level 3 (Senior)The requirement is intended to result in the award of one (1) contract.The following SA Holders have been invited to submit a proposal.1. 9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE. 2. ADGA Group Consultants Inc. 3. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 4. AECOM Canada ULC 5. CBCL Limited 6. Dunn Engineering Inc 7.
Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture 8. Fleetway Inc. 9. Lengkeek Vessel Engineering Inc. 10. Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture 11. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture 12. The AIM Group Inc.13. Tiree Facility Solutions Inc. 14. Valcom Consulting group Inc. 15.
WSP Canada Inc.Description of the Requirement:The Correctional Service of Canada (CSC) CORCAN has a requirement for architectural draftspersons and professional engineering services. The work will involve drafting building designs for prefabricated modular buildings. These modular buildings include residential, commercial, industrial and institutional designs.
In addition, to these drafting services, CORCAN requires engineering design services including production of signed and sealed engineered drawings for electrical, mechanical and structural (based on their professional geographical signing authorities) related to these same structures.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 appliesMinimum Corporate Security Required: Designated Organizational Screening (DOS)Minimum Resource Security Required: Reliability StatusDocument Safeguarding Security Level Required: Protected BSpecial comments: Applicable Trade Agreements: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).Proposed period of contract:The proposed period of contract shall be from date of contract to 1 year later with an option to extend the contract for three (3) additional one-year periods.Estimated Level of Effort:The estimated level of effort of the contract will be for 32 (days)File Number: 21C10-25-5009048Contracting Authority: Sandra WilfordPhone Number: 604.557-3004E-Mail: Sandra.Wilford2@csc-scc.gc.caInquiries: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: None Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Chile Free Trade Agreement (CCFTA)*Canadian Free Trade Agreement (CFTA)*Canada-UK Trade Continuity Agreement (Canada-UK TCA)*Canada-Colombia Free Trade Agreement*World Trade Organization Agreement on Government Procurement (WTO GPA)*Canada-Korea Free Trade Agreement (CKFTA)*Canada-Panama Free Trade Agreement*Canada-European Union Comprehensive Economic and Trade Agreement (CETA)*Canada-Peru Free Trade Agreement (CPFTA)*Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)*Canada-Ukraine Free Trade Agreement (CUFTA)*Canada-Honduras Free Trade Agreement Regions of delivery: *New Brunswick*Nova Scotia Contact: Sandra Wilford (Sandra.Wilford2@csc-scc.gc.ca) None
Buyer & contacts
Tags & Signals
Similar tenders
Canadian Heritage Task-Based Informatics Professional Services Procurement
Canadian Heritage is seeking Task-Based Informatics Professional Services through a competitive selective tendering process. The procurement will result in two contracts with a duration of two years each. Selection will be based on the highest combined rating of technical merit and price.
Royal Canadian Air Force Seeks Business Consulting and Project Management Support
The Royal Canadian Air Force requires business consulting and project management support services to assist with projects during the Identification, Options Analysis, and Transition to Definition phases of their Project Approval Process. This competitive selective tendering opportunity is open to qualified suppliers. The services will support RCAF project management activities through critical early project phases.
Technical Expertise for IT Professional Services in Contributions Directorate
This procurement seeks specialized technical expertise to support Employment and Social Development Canada's Innovation, Information & Technology Branch Contributions Directorate. Consultants will provide IT professional services for systems development, analysis, testing, and project management activities. The services will focus on business systems including Project Life Cycle, Grants and Contributions Online System, and Learning system developments.
Keep reading for free. Pay only when you need workspace actions.
This record stays public. Upgrade only when you want alerts, exports, OCR packs, and autopilot workflows inside the private workspace.
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.