Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Request for Information (RFI) regarding Project “Organizational Project Management Capacity Assessment (OPMCA)"

Solicitation number 87055-17-0079

Publication date

Closing date and time 2017/08/01 18:00 EDT


    Description

    REQUEST FOR INFORMATION (RFI)

    87055-17-0079

    Date: July 25th, 2017

    To: All TBIPS qualified vendors under Stream 5 – Professional Management Services –

    P4. Organizational Development Consultant

    Subject: Request for Information (RFI) regarding Project “Organizational Project Management Capacity Assessment (OPMCA)”

    1. Background and Purpose of this RFI

    The purpose of this RFI is to obtain information before finalizing the requirements definition and procurement strategy for the subject project which is being carried out by the Canadian Nuclear Safety Commission (CNSC).

    The Canadian Nuclear Safety Commission (CNSC) is the nuclear energy and materials regulator in Canada. The mission of CNSC is to regulate the use of nuclear energy and materials to protect health, safety, security, and the environment; and to respect Canada's international commitments on the peaceful use of nuclear energy. Nuclear activities are carefully regulated to ensure their safe operation.

    The Information Management and Technology Directorate (IMTD) within the Corporate Service Branch (CSB) of the CNSC is a strategic IM/IT service provider to the Commission and is responsible for designing, implementing and delivering a variety of operational and corporate IM / IT solutions for different business lines of the CNSC.

    The IMTD has established a framework for managing the portfolio of IM/IT projects that encompasses the structure within which projects are initiated, planned, executed, controlled and closed. To-date, the CNSC has not undertaken the Treasury Board Secretariat (TBS) Organizational Project Management Capacity Assessment (OPMCA) https://www.tbs-sct.gc.ca/pm-gp/doc/ompcag-ecogpg/ompcag-ecogpg06-eng.asp that measures the capacity for departments to deliver on their investments. As such, the level that CNSC adheres to is currently at the default level 0.

    The CNSC manages its investment initiatives, including IT investments, via its corporate client-driven, improvement plan (Harmonized Plan) that integrates and aligns all cross-functional CNSC improvement initiatives into a single prioritized plan. It sets clear deliverables and assigns accountability to ensure that all commitments are met.

    The Harmonized Plan Steering Committee (HPSC), reporting directly to Management Committee, provides senior management oversight and guidance for the implementation of the Harmonized Plan. Comprised of Directors General from all branches, the committee meets regularly to review the progress of ongoing HP initiatives, and to prioritize and integrate new HP initiatives, ensuring that any new initiatives are aligned with CNSC priorities.

    The CNSC is now ready to conduct an Organizational Project Management Capacity Assessment (OPMCA) and requires the services of an OPMCA Expert consultant to assist with this endeavor.

    .

    The details of the project and requirements are further outlined in Annex “A” – Work Statement and Annex “B”- Evaluation Criteri to this RFI.

    2. Nature of this RFI

    This RFI is not a solicitation and there is no commitment with respect to future purchases or contracts.

    Potential suppliers of the services described in this RFI should not reserve stock or facilities, nor allocate resources as a result of any information contained in this RFI. The procurement of any services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit feedback from industry with respect to the matters described in this RFI.

    3. Nature and Format of Responses Requested

      ONLY TBIPS qualified vendors under Stream 5 – Professional Management Services –

    P4. Organizational Development Consultant

    Respondents are requested to provide their responses to questions in Section 6.

    Responses are to be sent by email to:

    Contracting Authority: Robert Kardum

    Email Address: Robert.Kardum@canada.ca

    Telephone: (613) 996-6724

    4. Response Costs

    CNSC will not reimburse any respondent for expenses incurred in responding to this RFI.

    5. Treatment of Responses

    1. Use of Response: Responses will not be formally evaluated. However, the responses received may be used by CNSC to develop or modify procurement strategies or any draft documents contained in this RFI. CNSC will review all responses received by the RFI closing date. CNSC may, in its discretion, review responses received after the RFI closing date.
    2. Confidentiality: Respondents should mark any portions of their response that they consider proprietary or confidential. CNSC will handle the responses in accordance with the Access to Information Act.
    3. Follow-up Activity: CNSC may, in its discretion, contact any respondents to follow up with additional questions or for clarifications of any aspect of a response.
    4.  

    6. Questions to Interested Parties of this RFI

    1. Would you/your organization be able to provide the services outlined in Annex “A” – Statement of Work (SOW) and be interested in bidding on any solicitation that may be issued related to the SOW?
    2. Could the work be completed within the estimated dates related to the deliverables/milestones in the SOW and an estimated budget of $320,000.00 Canadian dollars, excluding applicable taxes but all-inclusive of travel etc.?
    3. What would the estimated level of effort be to complete the work (in person days)?
    4. What types of resources (human and otherwise) are required to complete the work including experience and qualifications?
    5. Is the Statement of Work clear and reasonable?
    6. Do you have any general comments or concerns regarding the SOW and/or suggestions for improvements to the SOW?
    7. Do you have any general comments or concerns regarding the TBIPS stream/category and or suggestions for improvements
    8. Are you able to provide average market rates for a similar resource?

    7. Submission of Responses to Questions to Interested Parties

    1. Closing Date for Submission of Responses: Suppliers interested in providing a response should deliver it by email to the Contracting Authority identified above by August 1st, 2017.
    1. Responsibility of Timely Delivery: Each respondent is solely responsible for ensuring its response is delivered on time per the instructions specified in this RFI.
    1. Language of Response: Responses may be in English or French at the preference of the respondent.

    8. Enquiries

    Because this is not a bid solicitation, CNSC will not necessarily respond to enquiries in writing or circulate answers to all potential suppliers/respondents. However, respondents with questions regarding the RFI may direct their enquiries by email to:

    Contracting Authority: Robert Kardum

    Email Address: Robert.Kardum@canada.ca

    Telephone: (613) 996-6724

    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
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    Canada
    Contracting authority
    Kardum, Robert
    Phone
    613-996-6724
    Email
    robert.kardum@canada.ca
    Address
    410 Laurier Ave W
    Ottawa, ON, K1P 5S9
    CA

    Buying organization(s)

    Organization
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    68
    000
    French
    8

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: