Data Modeller Professional Services

Solicitation number 20250719

Publication date

Closing date and time 2025/09/25 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP) for Task-Based Informatics Professional Services (TBIPS)

    Tendering Procedure: Selective Tendering
    This requirement is open only to those TSPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region under Stream 3: I.4 Database Modeller/IM Modeller.
    The following SA Holders have been invited to submit a proposal:
    1) 1511995 Ontario Limited, iPSS inc., Epi-Use Now Inc., in JV
    2) Acosys Consulting Services Inc.
    3) ADRM Technology Consulting Group Corp.
    4) Akkodis Canada Inc.
    5) Alika Internet Technologies Inc.
    6) Cofomo Inc.
    7) Contract Community Inc.
    8) DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV
    9) Donna Cona Inc.
    10) EXPERIS CANADA INC.
    11) Maplesoft Consulting Inc.
    12) Maverin Business Services Inc.
    13) NATTIQ INC.
    14) Nisha Technologies Inc.
    15) OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    16) Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    17) Prologic Systems Ltd.
    18) Rockwell Collins Canada Inc.
    19) Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
    20) Symbiotic Group Inc.
    21) TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    22) Turtle Island Staffing Inc.
    23) Versatil BPI Inc.

    Description of Work:
    The IM/IT Division of the Office of the Superintendent of Financial Institutions has a requirement for specialized Data Modeler professional services, on an as and when requested basis in the National Capital Region (NCR), to support the Application Services (AS) organization in the planning, design, build, and maintenance and support of applications over the next two to four years.

    Security Requirement: See Request for Proposal
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Reliability

    Contract Authority
    Name: Craig Kenny, Lead Senior Contracting Officer
    Email Address: Contracting-Approvisionnement@osfi-bsif.gc.ca

    Inquiries
    Inquiries regarding this RFP 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. 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 (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact rcnmdai.ncrimos@tpsgc-pwgsc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2025/09/29.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • 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-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Office of the Superintendent of Financial Institutions (OSFI)
    Address

    255 Albert St

    Ottawa, Ontario, K1A0H2
    Canada
    Contracting authority
    Craig Kenny
    Email
    Contracting-Approvisionnement@osfi-bsif.gc.ca
    Address

    255 Albert St

    Ottawa, Ontario, K1A0H2
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price