Information Technology and Systems Audit Services: PASS Stream 3

Solicitation number 20251065

Publication date

Closing date and time 2026/03/31 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP) FOR PROFESSIONAL AUDIT SUPPORT SERVICES SUPPLY ARRANGEMENT (PASS SA E60ZQ-18000)

    Tendering Procedure: Selective Tendering
    This requirement is open only to PASS Supply Arrangement Holders who qualified for services in the National Capital Region and Toronto under PASS Stream 3: Information Technology and Systems Audit Services.

    The following SA Holders have been invited to submit a proposal:
    1. A Hundred Answers Inc.
    2. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    3. BDO Canada LLP
    4. C3SA CYBERNETIC SECURITY AUDIT INC.
    5. Ernst & Young LLP
    6. KPMG LLP
    7. MDOS CONSULTING INC.
    8. MNP LLP
    9. Orbis Risk Consulting Inc.
    10. OXARO INC.
    11. Pricewaterhouse Coopers LLP
    12. QMR Staffing Solutions Incorporated
    13. Samson & Associés CPA/Consultation Inc
    14. Spearhead Management Canada Ltd.

    Description of Work:
    The Office of the Superintendent of Financial Institutions (OSFI) is seeking to establish 1 contract to supplement its internal capacity with contracted Information Technology and Systems Audit Services in order to assist in meeting the expectations and requirements identified in the OSFI Risk-Based Audit Plan. Services will be provided on an as-and-when-requested basis. OSFI envisions that the work will be delivered under the contract and executed through approved Task Authorizations, subject to Contractor’s performance and availability of funding over the next two to five years.

    EVALUATION PROCESS AND SELECTION METHODOLOGY
    The responsive bid will be ranked in descending order of combined rating of technical merit and price; the responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
    Security Requirements

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

    Contract Authority
    Name: France Emond, 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 in this notice. Request for Proposal (RFP) documents will be e-mailed by 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: Professional Audit Support Services (PASS) Method of Supply is refreshed four (4) times per year.

    If you wish to find out how you can be a “Qualified SA Holder”, please contact SPSVAAautorite.PASSSAAuthority@tpsgc-pwgsc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s).

    Trade agreements

    • 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, ON, K1A0H2
    Canada
    Contracting authority
    France Emond
    Phone
    (343) 573-0383
    Email
    Contracting-Approvisionnement@osfi-bsif.gc.ca
    Address

    255 Albert st

    Ottawa, ON, K1A0H2
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    National Capital Region (NCR)
    ,
    Toronto
    Region of opportunity
    Canada
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.