Coaching services – Leadership Development Consultant (Senior)

Solicitation number 20242244

Publication date

Closing date and time 2026/04/02 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP) For Task and Solutions Professional Services (TSPS) Requirement

    This requirement is for: The Office of the Superintendent of Financial Institutions

    This requirement is open only to those TSPS Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for services for the National Capital Region (NCR) and Toronto (GTA) region under the level of expertise for the following category:

    1.7 Leadership Development Consultant (Senior)

    The requirement is intended to result in the award of up to (2) contracts.

    The following SA Holders have been invited to submit a proposal:
    1. 1101417 Ontario Inc.
    2. 7792395 Canada Inc.
    3. Accenture Inc.
    4. Cognita Talent Inc.
    5. Connecting Humans Inc.
    6. Integral Leadership Design Inc.
    7. Janet LeBlanc & Associates Inc.
    8. Knockri Inc
    9. Mobile Resource Group Inc
    10. NATTIQ INC.
    11. NewLeaf Performance Inc.
    12. Prompta Inc.
    13. SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE
    14. Talent Transformation Group Inc
    15. The AIM Group Inc.
    16. The Talent Company Ltd.
    17. Action Personnel of Ottawa-Hull Ltd
    18. BRING Management Solutions Inc.
    19. Climate Consulting Inc.
    20. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    21. MGIS Inc.
    22. Naut'sa mawt Resources Group, Inc.
    23. NavPoint Consulting Group Inc.
    24. Odgers Berndtson Canada Inc.
    25. Optimus SBR Inc.
    26. PHOENIX PMC INC.
    27. The Ingleton Group Inc.
    28. Acosys Consulting Services Inc.
    29. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    30. ADRM Technology Consulting Group Corp.
    31. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    32. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    33. Donna Cona Inc.
    34. Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    35. Goss Gilroy Inc.
    36. IPSS INC.
    37. Maverin Business Services Inc.
    38. Maverin Inc.
    39. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    40. Prologic Systems Ltd.
    41. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    42. T.I.7 Inc.
    43. 10900800 Canada Inc

    Description of the requirement: The Human Resources Directorate of the Office of the Superintendent of Financial Institutions (OSFI) has a requirement for professional leadership development consultant services to conduct Coaching services including Senior Executive, One-on-one coaching, Workshop Facilitation and Training services), to be provided in both official languages, on an as and when requested basis, to employees across the four OSFI locations in Canada.

    Security: There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

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

    Proposed period of contract: The contract period will be from the date of contract award to two (2) year later, with options to extend the contract for up to three (3) additional one-year periods.

    Estimated Level of Effort: The estimated level of effort of the contract will be determined, per Task Authorizations.

    Inquiries: Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.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.

    Debriefings: Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA

    Contract duration

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

    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 Street

    Ottawa, ON, K1A0H2
    Canada
    Contracting authority
    France Emond
    Email
    Contracting-Approvisionnement@osfi-bsif.gc.ca
    Address

    255 Albert Street

    Ottawa, ON, K1A 0H2
    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.