Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

IMIT Project Management services (TBIPS)

Solicitation number 20252246

Publication date

Closing date and time 2026/03/17 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 TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region under Stream 5: P.7. Project Coordinator and P.9. Project Manager

    The following SA Holders have been invited to submit a proposal:
    1) 8075611 Canada Limited
    2) Acosys Consulting Services Inc.
    3) ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC.,PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    4) Adirondack Information Management Inc.
    5) Adirondack Information Management Inc., Entrust Limited, Artemp PersonnelServices Inc., The AIM Group Inc., in JOINT VENTURE
    6) ADRM Technology Consulting Group Corp.
    7) ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    8) Advanced Chippewa Technologies Inc.
    9) Akkodis Canada Inc.
    10) Alika Internet Technologies Inc.
    11) BDO Canada LLP
    12) Cofomo Inc.
    13) Donna Cona Inc.
    14) DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    15) DWP Solutions Inc.
    16) EXPERIS CANADA INC.
    17) Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    18) Flex Tech Services Inc.
    19) FreeBalance Inc.
    20) Insum Solutions inc
    21) IPSS INC.
    22) MAKWA Resourcing Inc.
    23) Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    24) Malarsoft Technology Corporation
    25) Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    26) Maverin Business Services Inc.
    27) Maverin Inc.
    28) MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., inJoint Venture
    29) MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    30) NATTIQ INC.
    31) Naut'sa mawt Resources Group, Inc.
    32) Nisha Technologies Inc.
    33) OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGYCORPORATION, IN JOINT VENTURE
    34) Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    35) Professional Quality Assurance Ltd.
    36) Prologic Systems Ltd.
    37) Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    38) S.I. SYSTEMS ULC
    39) Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
    40) Solana Networks INC.
    41) Steel River Group Ltd. Tundra Technical Solutions Inc. in Joint Venture
    42) Symbiotic Group Inc.
    43) SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    44) Tato Recruiting Inc.
    45) Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    46) TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    47) Turtle Island Staffing Inc.
    48) Turtle Technologies Inc.

    Description of Work:
    The IM/IT Division of the Office of the Superintendent of Financial Institutions has a requirement for professional project management services, on an as and when requested basis in the National Capital Region (NCR) and the Greater Toronto Area (GTA), to support the Application Services (AS) Directorate and related IMIT stakeholders in the planning and execution of various IM/IT cloud modernization projects over the next two to three 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 and Solutions Professional Services (TSPS) 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 2026/04/01.

    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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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.

    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 Street

    Ottawa, Ontario, K1A0H2
    Canada
    Contracting authority
    Craig Kenny
    Email
    Contracting-Approvisionnement@osfi-bsif.gc.ca
    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
    Canada
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: