TSPS Supply Arrangement requirement for two (2) level 3 (senior) Change Management Consultants
Solicitation number 87055-17-0355/A
Publication date
Closing date and time 2018/03/27 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS) – TASK BASED SUPPLY ARRANGEMENT
Client:
This requirement is for: Canadian Nuclear Safety Commission
Tendering Procedure: Selective Tendering
This requirement is open only to those Supply Arrangement Holders under E60ZN-16TSPS who qualified under Tier 1 for the following category(ies):
Resource Category: 2.6 Change Management Consultant
Level of Expertise: 3 - Senior
Estimated Number of Resources Required: 2
The following SA Holders have been invited to submit a proposal:
2261271 Ontario Inc
ADRM Technology Consulting Group Corp. and Randstad Interim Inc
Breckenhill Inc.
Confluence Consulting Inc.
CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
Emerion
Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
Lannick Contract Solutions Inc.
Lean Agility Inc.
Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
NGL Nordicity Group Limited
Orangutech Inc.
PATHQUEST CONSULTING SERVICES INC.
Protak Consulting Group Inc.
The Right Door Consulting & Solutions Incorporated
SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so. However, should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority in writing to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement process. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the bid solicitation process, it may be that they are not reflected in a solicitation amendment.
Description of the Requirement:
The Canadian Nuclear Safety Commission (CNSC) regulates the use of nuclear energy and materials to protect health, safety, security and the environment, and to implement Canada’s International commitments on the peaceful use of nuclear energy.
CNSC has undertaken a project to move from the FreeBalance financial system to a SAP solution hosted by Agriculture and Agri-Food Canada (AAFC). This project will Go-Live April 1, 2019 and will require CNSC to align the majority of its business processes to the already configured processes within the AAFC SAP Solution.
The project will have a significant impact on the CNSC financial and contracting business processes as well as the financial activities of fund centre managers. Therefore the Director General of Finance and Administration Directorate (FAD) has a requirement for one Change Management Consultant to provide methodology and execution advisory services in support of this business systems transformation project.
Furthermore, the Information Management Technology Directorate (IMTD) has a number of other IM/IT enabled projects that involve change and the transformation of processes within the CNSC and requires one Change Management Consultant to support these activities.
Security Requirement:
COMMON-PS-SRCL#19: http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/csplvers-cpssrcl/csplvers-cpssrcl-19-eng.html
Proposed period of contract:
It is intended to result in the award of up to two (2) contracts for a period of approx. 18 months (Apr. 2018 to Sept. 2019), plus two (2) one-year irrevocable option(s) allowing Canada to extend the term of the contract.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 150 days for the initial 18 month period, 120 days for option period 1 and 60 days for option period 2, for each resource.
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)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Canadian Nuclear Safety Commission
- Address
-
280 Slater StreetOttawa, Ontario, K1P5S9Canada
- Contracting authority
- Kardum, Robert
- Phone
- 613-996-6724
- Email
- robert.kardum@canada.ca
- Fax
- 613-995-5086
- Address
-
410 Laurier Ave WOttawa, ON, K1P 5S9CA
Buying organization(s)
- Organization
-
Canadian Nuclear Safety Commission
- Address
-
280 Slater StreetOttawa, Ontario, K1P5S9Canada
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.