Insider Risk Management Program

Solicitation number 20230229

Publication date

Closing date and time 2024/01/12 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP) For
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A
    Stream 4 (B) Business Services:
    B.2 Business Architect and B.3 Business Consultant
    Stream 5 (P) Project Management Services
    P.1 Change Management Consultant, P.7 Project Coordinator, and P.9 Project Manager

    Requirement Details

    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 for Stream 4 (B) Business Services: B.2 Business Architect and B.3 Business Consultant; and Stream 5 (P) Project Management Services: P.1 Change Management Consultant, P.7 Project Coordinator, and P.9 Project Manager

    The following SA Holders have been invited to submit a proposal:

    1) 10947482 Canada Inc.
    2) Accenture Inc.
    3) Adirondack Information Management Inc.
    4) ADRM Technology Consulting Group Corp.
    5) ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    6) CSI Consulting Inc.
    7) Emtec Infrastructure Services Canada Corporation
    8) eVision Inc., SoftSim Technologies Inc. in Joint Venture
    9) iVedha Inc.
    10) KPMG LLP
    11) Kyndryl Canada Limited; ISM Information Systems Management Corporation INJOINT VENTURE
    12) LIKE 10 INC.
    13) MGIS Inc.
    14) Thinking Big Information Technology Inc.
    15) Thomas&Schmidt Inc.

    Description of Work:
    The Office of the Superintendent of Financial Institutions (OSFI) has a requirement for a Contractor with demonstrated expertise in Insider Risk Management to provide the advisory services necessary to establish a comprehensive Insider Risk Management (InRM) program at OSFI based on the threat environment to financial regulatory institutions.

    Security Requirement: Common PS SRCL #19 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Reliability Status

    Contract Authority
    Name: Craig Kenny
    Email Address: contracting@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 “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.

    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 14 month(s), with a proposed start date of 2024/01/22.

    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)

    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
    Contact information

    Contracting organization

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

    255 Albert Street

    Ottawa, Ontario, K1A0H2
    Canada
    Contracting authority
    Craig Kenny
    Phone
    (343) 550-0408
    Email
    contracting@osfi-bsif.gc.ca
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    14 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.