Non-Informatics Professional Services (NIPS) Business Services / - - PowerPoint PPT Presentation

non informatics professional services nips business
SMART_READER_LITE
LIVE PREVIEW

Non-Informatics Professional Services (NIPS) Business Services / - - PowerPoint PPT Presentation

Non-Informatics Professional Services (NIPS) Business Services / Change Management Class) (Human Resources Support Services Class, Project Management Services Class and Vendor and Client Discussion Session 20, 21 and 26 Jan-09 Introduction


slide-1
SLIDE 1

Non-Informatics Professional Services (NIPS)

(Human Resources Support Services Class, Project Management Services Class and Business Services / Change Management Class)

Vendor and Client Discussion Session

20, 21 and 26 Jan-09

slide-2
SLIDE 2

2

  • The NIPS procurement tools will be for the provision of Non-Informatics Professional

Services (NIPS), both task and solutions based.

  • They will cover three areas of expertise which are commonly and nationally used

within three classes of Non-Informatics professional services. Three Classes of Services covered are:

  • Human Resources Support Services;
  • Project Management Services; and
  • Business Services / Change Management Services.
  • Services are currently procured through various standing offers, supply arrangements
  • r other contracts, put in place by different PWGSC divisions and client departments.
  • Two tools will be put in place; Standing Offers (SO) and Supply Arrangements (SA)

Introduction

slide-3
SLIDE 3

3

Objective of this working group session

§ Improvement of the NIPS tools by receiving feedback by both clients and vendors

slide-4
SLIDE 4

4 Tier Requirement Limitation Process Response Period Managed By

1 Requirements below or equal to $1M Minimum of 10 suppliers (from the source list) must be invited to compete (including three of 4 highest-ranked SA Holders, three of the Client’ ’s choice and 4 random) Suppliers are given minimum five (10) calendar days* to respond Authorized Client Departments or PWGSC 1 Requirements above $1M but less than or equal to $2M All Tier 1 SA Holders (using MERX) must be invited Suppliers are given minimum twenty (20) calendar days* to respond Authorized Client Departments or PWGSC 2 Requirements above $2M All Tier 2 SA Holders (using MERX) must be invited Suppliers are given minimum twenty (20) calendar days* to respond Requisitions must be sent to PWGSC (AB)

Supply Arrangement (SA) Process Changes

* Based on a requirement for 1-3 resources. An extra two days should be added for each additional three resources required. * Added time should also be given to solutions based requirements given the complex nature of the requirements.

slide-5
SLIDE 5

5

Technical Evaluation Methodology Changes

The changes in the mandatory criteria are: § Professional services previous experience provided to Outside Clients and Business Volume in the last 3 years § $750,000 for the SO and the SA tier 1 § $6.0M For the SA tier 2 § Project Experience and Expertise of the Supplier in the last 3 years (Solutions Based only) per class Ÿ successful completion of a five (5) professional services projects for an Outside Entity Ÿ Tier 1- provide five Projects of $50,000 or more each Ÿ Tier 2 - provide five Projects of $300,000 or more each

slide-6
SLIDE 6

6

Flexible Grid Changes

Changes have been made to the points allocated to each level or expertise in the Flexible grid. Please refer to the Categories document, p.4, 10 and 17

slide-7
SLIDE 7

7

Travel and Living (T&L) (1)

Proposed Regions (per diems not including T&L) Proposed sub-regions (per diems including T&L) Atlantic

– Halifax – Moncton

Western

– Edmonton – Winnipeg – Calgary – Regina

Ontario – Toronto-West of Young – Toronto-East of Young – Toronto-North of 401

– National Capital Region (includes the Quebec side of NCR)

Pacific

– Victoria – Vancouver

Quebec

– Montréal – Québec city

slide-8
SLIDE 8

8

Travel and Living (T&L) (2)

*Travel Status Time will be limited to 50% of the hourly rate calculated by dividing the proposed firm all inclusive per diem divided by 7.5. Time spent by a contracted individual traveling to and from specific pre-authorized work assignments (not commuting) that are more than 100 kilometers from the individual’s work location may be billed at 50% of the firm per diem rate. Time for travel which is more or less than a day shall be prorated to reflect actual time for travel in accordance with the following formula: Hours of travel X 50% of firm all-inclusive per diem rate 7.5 hours. The firm all inclusive rates specified are inclusive of overhead expenses such as administrative support, facsimile, courier, photocopying, mail, word processing, other operating costs and any time spent traveling from the specified individual’s work location to a specific pre- authorized work assignment that is less than 100 kilometers. Accordingly, separate billing of any items related to the routine cost of doing business or time spent traveling will not be permitted under any resulting contract.

slide-9
SLIDE 9

9

Categories of Personnel

The categories will be divided into three distinct levels of expertise: Level 1, 2 and 3.

Business Services/ Change Managemement Services Class

2.1 Business Analyst 2.2 Business Continuity Consultant 2.3 Business Consultant 2.4 Organization Development Consultant 2.5 Business Process Consultant 2.6 Transition Support Consultant 2.7 Needs Analysis and Research Consultant 2.8 Business Architect 2.9 Statistics Specialist 2.10 Knowledge Management Consultant 2.11 Information/Record Management Specialist

Human Resources Support Services Class

1.1 Human Resources Consultant 1.2 Classification and Organizational Design Consultant 1.3 Employment Equity Consultant 1.4 Employee Relation Consultant 1.5 Compensation Consultant 1.6 HR information System Consultant 1.7 Leadership Development Consultant 1.8 Staffing Consultant 1.9 HR Policy Development Consultant 1.10 HR Assistant Consultant

Project Management Services Class

3.1 Project Administrator 3.2 Project Manager 3.3 Project Leader / Executive 3.4 Project Planner 3.5 Quality Assurance / Management Specialist 3.6 Risk Management Specialist 3.7 Procurement Specialist 3.8 Financial Specialist 3.9 Project Monitor 3.10 Technical Writer

slide-10
SLIDE 10

10

Contacts: Rita Brown – Tel no. 819-956-1230 Josianne Courteau – Tel no. 819-934-0200 Carl Sampson – Tel no. 819-956-1678 Jason Storm – Tel no. 819-956-0334 Project E-mail Account: nips@tpsgc-pwgsc.gc.ca Fax number: 819-997-2229 Project Team Address: Public Works & Government Services Canada Place du Portage, Phase III, 11C1 11 Laurier, Gatineau, Quebec K1A 0S5

Project Team Information