(TSPS) Change Management Consultant Services

Solicitation number A2770-1000192605/C

Publication date

Closing date and time 2017/09/20 16:00 EDT

Last amendment date


    Description

    This Notice of Proposed Procurement (NPP) supersedes previous bid solicitation number A2770-1000192605/B dated June 6, 2017 with a closing of June 20, 2017 at 14:00 MDT.

    TASK Based Professional Services (TSPS) Requirement

    Change Management Consultant Services

    This requirement is for: Indian Oil and Gas Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 1 (= $0 - $2M) for the following stream: Business Consulting/Change Management Stream.

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

    1101417 Ontario Inc.

    529040 Ontario Inc. and 880382 Ontario Inc.

    8340854 Canada Inc.

    A Hundred Answers Inc.

    Acosys Consulting Services Inc.

    Auguste Solutions and Associates Inc.

    CGI Information Systems and Management Consultants Inc.

    Cistel Technology Inc.

    Cocentric Solutions Inc.

    Coradix Technology Consulting Ltd.

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Deloitte Inc.

    Donna Cona Inc.

    Eagle Professional Resources Inc.

    Ernst & Young LLP

    Fiscal Realities Economists Ltd.

    Foursight Consulting Group Inc.

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    Goss Gilroy Inc.

    Hackett Consulting Inc.

    Halo Management Consulting Inc.

    Human Resource Systems Group Ltd.

    I4C Information Technology Consulting Inc.

    Kelly Sears Consulting Group

    Korn Ferry Hay Group Ltd./Korn Ferry Hay Group Ltee

    KPMG LLP

    Leo-Pisces Services Group Inc.

    Maplesoft Consulting Inc.

    MGIS Inc., B D M K Consultants Inc. IN JOINT VENTURE

    N12 Consulting Corporation

    Orangutech Inc.

    Pricewaterhouse Coopers LLP

    Project Services International (PBJRT) Inc.

    Protak Consulting Group Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Revay and Associates Limited

    Sierra Systems Group Inc.

    Stratos Inc.

    Tiree Facility Solutions Inc.

    Y2 Consulting Psychologists Inc./Psychologues Consultants Y2 Inc.

    Background:

    Indian Oil and Gas Canada (IOGC) is a special operating agency within Lands and Economic

    Development (LED) Sector of the Department of Indian and Northern Development (DIAND) now referred to as Indigenous and Northern Affairs Canada (INAC). IOGC is responsible for the management of oil and gas on First Nation reserve lands across Canada, primarily south of the 60th parallel. IOGC is mandated:

    • To fulfill the Crown's fiduciary and statutory obligations related to the management of oil and gas resources on First Nation reserve lands; and,
    • To further First Nation initiatives to manage and control their oil and gas resources.

    IOGC operates pursuant to the Indian Oil and Gas Act 1974 and Indian Oil and Gas Regulations, 1995. To ensure IOGC offers the best, most modern service possible, it must keep current with the ever changing business environment and needs of First Nations, industry and government. IOGC is in the midst of significant change as a result of recent amendments to the Indian Oil and Gas Act, and the development of new Regulations with associated change implication to policies, procedures and systems.

    As part of its modernization efforts, IOGC has been undergoing a period of rapid change. The biggest change and an organizational priority is within the area of legislative and regulatory renewal, called the MARS (Modern Act, Regulations and Systems) project. It has 3 components:

    • Implementation of the Indian Oil and Gas Act, 2009 and Phase I of the Regulations
    • Development and implementation of Phase II of the Regulations
    • Resource Information Management System 2 Project (RIMS2)

    Description of the Requirement:

    2.6 Change Management Consultant – Level of Expertise – Senior , Level 3

    Change management services will be required for all three aspects of the RIMS2 project including development and integration into IOGC operations, involvement of and roll out to industry, and addressing implementation improvements and reinforcing changes.

    IOGC requires change management consultant services to:

    1) Address the people side of change by integrating change management into the:

    - Implementation of the Act and Phase I regulations;

    - Phase II regulations project;

    - RIMS2 systems project;

    - Information Management; and,

    - Externally-driven changes.

    2) Build leadership and management competency and internal capacity to integrate change management practices into all change initiatives.

    Region/Metropolitan: Calgary

    Location of Work to be Performed: Tsuut’ina , Alberta

    Level of Security Requirement:

    There is a security requirement associated with this Contract.

    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-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).

    Proposed Period of Contract:

    It is intended to result in the award of one (1) contract, for two (2) years plus up to three (3) additional one-year irrevocable options allowing Canada to extend the term of the contract.

    File Number: 80-17-0010

    Contracting Authority: Deb Clarke

    Phone Number: 403-292-5548

    Fax Number: 403-292-5618

    E-Mail: deb.clarke@aandc-aadnc.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

    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
    • Agreement on Internal Trade (AIT)
    • 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
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Clarke, Deb
    Phone
    403-292-5177
    Email
    Deb.Clarke@aandc-aadnc.gc.ca
    Address
    Unit 100, 9911 Chiila Boulevard
    Tsuu T'ina, AB, T2W 6H6
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Region of opportunity
    Alberta
    Procurement method
    Competitive – Selective Tendering

    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: