SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

5000054561 P.1. Change Management Consultant Level 3 (Senior)

Solicitation number 5000054561

Publication date

Closing date and time 2020/11/23 14:00 EST


    Description

    Anticipated Start Date: 1 to 2 months after Solicitation closing date

    Contract Duration: The period of the Contract is from date of Contract to approximately five years from date of contract inclusive.

    Number of Contracts: 1

    Requirement Details:

    Only selected TBIPS Supply Arrangement (SA) Holders currently holding a TBIPS SA for Tier 1 in the National Capital Region (NCR) under the TBIPS SA EN578‑170432 series of SAs are invited to compete. 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 to request an invitation at any time prior to five business days before the bid solicitation 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 system. In no circumstance will such an invitation require Canada to extend a bid solicitation closing date. The following SA Holders have been initially invited to bid on this requirement:

    • Adhartas Consulting Inc.
    • ALTRUISTIC INFORMATICS CONSULTING INC.
    • Belham PDS Inc.
    • Brascoupe Professional Services Inc. and Altis Human Resources (Ottawa) Inc., in Joint Venture
    • Calian Ltd.
    • Coradix technology Consulting Ltd.
    • Deloitte Inc.
    • Donna Cona Inc.
    • Excel Human Resources Inc.
    • Harrington Marketing Limited
    • Healthtech Inc.
    • I4C INFORMATION TECHNOLOGY CONSULTING INC
    • IBISKA Telecom Inc.
    • Icegate Solutions Inc., Knowtech Solutions Inc, AMK Networking Technologies Inc, in JOINT VENTURE
    • IT/Net ‑ Ottawa Inc.
    • Le Groupe Conseil Bronson Consulting Group
    • Lumina IT inc.
    • Maplesoft Consulting Inc.
    • MaxSys Staffing & Consulting Inc.
    • Metaflow Inc.
    • Mindstream Training Center and Professional Services Bureau, Inc
    • Nisha Technologies Inc.
    • NK NEXGENIT INC., ARTS TECHNOLOGIES INC., in joint venture
    • PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    • Pricewaterhouse Coopers LLP
    • Promaxis Systems Inc
    • Reticle Ventures Canada Incorporated
    • S.I. SYSTEMS ULC
    • Shore Consulting Group Inc.
    • Spectra FX Inc.
    • SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    • Veritaaq Technology House Inc.

    The Resource Category described below is required on an as and when requested basis in accordance the TBIPS ‑ Requirements for Services (Categories Descriptions) (https://www.tpsgc-pwgsc.gc.ca/app-acq/sptb-tbps/categories-eng.html):

    P.1. Change Management Consultant ‑ Level 3 (Senior)

    Description of Work:

    On an as and when requested basis, through the issuance of Task Authorizations, the Level 3 (Senior) Change Management Consultant will perform all aspects of OCM related to the implementation and delivery of new and/or enhanced IM/IT solutions within the CNSC.

    The scope of work includes:

    • Current state analysis of the OCM‑related activities to‑date, and identifying the gaps;
    • Creation of an OCM strategy, and various OCM plans, endorsed by IMTD management;
    • Creation of OCM plans that closely align with the Agile delivery model;
    • Execution of the strategy, implementation of the plans and producing OCM products as laid out in the plans;
    • Providing coaching and mentoring services to the CMO members in particular, and IMTD in general.

    The approach to the scope of work must be based upon the CNSC Organizational Change Management (OCM) framework.

    Each Task Authorization will specify the deliverables to be produced as well as the associated schedule.

    The Contractor’s resource may be required to deliver, but not limited to, the following:

    • OCM change impact and readiness assessment result;
    • Current state analysis report;
    • OCM framework;
    • OCM strategy;
    • OCM plans (based on CNSC OCM framework);
    • OCM plans for Agile projects specifically around frequent releases (Most Viable Products);
    • Stakeholder impact assessment;
    • OCM artifacts and products;
    • Action plans, roadmaps;
    • Progress, status, project and briefing reports;
    • Presentation material.

    Incumbent in the Last 12 Months: Yes

    Leo-Pisces Service Group Inc.

    87055‑18‑0307

    2019‑03‑14 to 2021‑03‑31

    Security Requirement: COMMON‑PS‑SRCL#6 applies

    Minimum Corporate Security Required: Designated Organization Screening

    Resource Clearance: Reliability status before award of a Contract

    Contact:

    Email:  cnsc.solicitation-demandedesoumission.ccsn@canada.ca

    Inquiries:

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be emailed 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. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE:

    Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI-NCRIMOS@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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Solicitation / Demande de soumission (CNSC/CCSN)
    Email
    cnsc.solicitation-demandedesoumission.ccsn@canada.ca

    Buying organization(s)

    Organization
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    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: