SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Task Based Professional Services Requirement (TSPS Tier 1) – Facilitator Consultants

Solicitation number R000060343/B

Publication date

Closing date and time 2020/05/25 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Task Based Professional Services (TSPS Tier 1) Requirement – Facilitator Consultants

    This bid solicitation cancels and supersedes previous bid solicitation number R000060343 dated March 19, 2020 with a closing of April 2nd at 2 pm.

    Associated Documents: The request for Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement.

    This solicitation contains a virtual demonstration (simulation) as part of the technical evaluation.

    The tentative dates provided in the solicitation are subject to change to limit the spread of the disease to coronavirus (Covid-19) and to comply with the directives issued by Federal, Provincial and Municipal governments.

    Organization Name: Shared Services Canada.

    Anticipated Start Date: At contract signature

    Number of Contracts: Multiple (not fixed)

    Estimated Level of Effort: Equivalent to 125 days per year

    Proposed Contract Duration: The resulting Contracts will begin at the contract award date and will end 1 year later with 2 additional 1 year option period.

    This is a new requirement from SSC and so therefore there is no incumbent contractor.

    Tendering Procedure: Selective

    This requirement is open only to those Task and Solutions Professional Services (TSPS) Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories. All terms and conditions of the SA apply and must be incorporated into any resulting contract.

    Resource Category: 2.15 Facilitator Consultant

    Language Requirement: English/Bilingual

    Security Level: Up to Reliability

    Estimated Number of Resources Required: The objective is to have the contractor provide a minimum of one resource (or more) in the Facilitator Consultant category, on an as-and-when basis.

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

    1 7351933 Canada Inc. (Bourk Software & Consulting)

    2 Alpen Path Solutions Inc.

    3 BEVA Global Management Inc.

    4 BP & M Government IM & IT Consulting Inc.

    5 Elevated Thinking Inc.

    6 Fifalde Consulting Inc.

    7 Groupe Intersol Group Ltee

    8 Lean Agility Inc.

    9 Lightning Tree Consulting Inc.

    10 Adecco Employment Services Limited

    11 Samson & Associés CPA/Consultation

    12 Systemscope Inc.

    13 Newfound Recruiting Corporation

    14 The Halifax Group

    15 The VCan Group Inc.

    16 PwC Management Services LP

    17 QMR Consulting & Professional Staffing

    18 Nisha Technologies

    19 Harley House Consultants Inc.

    20 Maverin Business Services Inc.

    21 MaxSys Staffing & Consulting Inc.

    22 Artemp Personnel Services Inc.

    23 Altis Human Resources (Ottawa ) Inc.

    24 Mindwire Systems Ltd.

    25 1019837 Ontario Inc. (Dynamic Personnel Consultants)

    26 PLEIAD Canada Inc.

    27 BDO Canada LLP

    28 7792395 Canada Inc. (LRO Staffing)

    29 Acosys Consulting Services Inc.

    30 ADRM Technology Consulting Group Corp

    31 Protak Consulting Group Inc.

    32 8513929 Canada Inc. (ONPAR Solutions)

    33 Raymond Chabot Grant Thornton Consulting Inc.

    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:

    Shared Services Canada (SSC) is modernizing its procurement function in alignment with the Procurement and Vendor Relations (PVR) Procurement Program Strategy 2019-2020 and SSC 3.0 - An Enterprise Approach.

    The SSC Procurement Modernization team within the Procurement and Vendor Relations Directorate (PVRD) recently launched a Centre of Expertise in Agile and Innovative Procurement (CoEAIP) to further explore how agile procurement mechanisms could allow for greater innovation and create the right conditions to improve and mobilize innovation internally within the Government of Canada and externally with Industry partners. Additionally, the CoEAIP will support the shift from conventional procurement processes to agile procurement approaches. The CoEAIP will focus on three main elements with the objective of having agile procurement become a standard practice across government. It will:

    ·Be an agile procurement incubator to develop contracting experts with facilitation skills to support technical clients and procurement officers during the procurement design phase.

    ·Simplify contract documents and processes and develop and disseminate the tools required to enable the transformation to agile procurement.

    ·Develop agile procurement experts to build the government’s agile procurement capacity.

    The CoEAIP is currently piloting a renewed contracting framework: Procurement process 3.0 (PP3.0). PP3.0 proposes tools and flexible contracting mechanisms to improve the ability of SSC to move quicker and produce better results leveraging the procurement function.

    One of the cornerstone of PP3.0 is the establishment of a cross-functional team (CFT) during the design phase. The members of the CTF works through interactive sessions and methods that allow cross-functional team members and stakeholders to act together to produce problem statements, statement of challenges and evidence-based evaluation frameworks that eventually flow into the procurement process.

    Objectives

    SSC is looking to complement its internal resources by contracting with design thinking (DT) Facilitators and Technical Facilitators. The facilitators will be invited to join CFTs on an “as-and-when-requested” basis to support the development of Agile and Innovative procurement processes.

    The Facilitator Consultants will be required “on an as and when required” basis. Task Authorizations (TA) will be issued against the resulting contracts to support the various CoEAIP initiatives.

    Multiple TAs may be in process at any given time; as such, resources may be working on several concurrent projects and/or activities.

    Basis of Selection: Highest Combined Rating of Technical Merit (70%) and Price (30%)

    Security Requirement:

    COMMON-PS-SRCL#6: https://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/31-1-eng.html#srcl6

    Contracting Authority:

    Name: Audrey St-Cyr

    Phone Number: 873-355-3448

    Email Address: audrey.st-cyr@canada.ca

    Inquiries:

    Inquiries regarding this NPP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. Canada retains the right to negotiate with any supply on any procurement. Documents may be submitted in either official language.

    NOTE: Task and Solutions Professional Services (TSPS) Method of Supply is subject t 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)

    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
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    St-Cyr, Audrey
    Phone
    873-355-3448
    Email
    audrey.st-cyr@canada.ca
    Address
    427 Laurier Avenue West, 3rd floor
    Ottawa, ON, K1G 4A8
    CA

    Buying organization(s)

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    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
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    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: