Project Management Services
Solicitation number 20211616
Publication date
Closing date and time 2022/03/02 14:00 EST
Last amendment date
Description
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 the Project Management Stream 5 and Business Services Stream 4
The following SA Holders have been invited to submit a proposal:
- A Hundred Answers Inc.
- Accenture Inc.
- ADRM Technology Consulting Group Corp. and Randstad Interim Inc
- Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
- BDO Canada LLP
- Beyond Technologies Consulting Inc.
- Calian Ltd.
- CGI Information Systems and Management Consultants Inc.
- Cofomo Ottawa
- Fujitsu Consulting (CANADA) Inc.
- I4C INFORMATION TECHNOLOGY CONSULTING INC
- IBM Canada Limited
- Lightning Tree Consulting Inc., Burbeck Inc., and P.G. Rodler Consulting in Joint Venture
- MGIS Inc.
- Veritaaq Technology House Inc.
Description of Work:
Office of the Superintendent of Financial Institutions has a requirement for the provision of professional services, on an “as and when requested” basis, in the National Capital Region (NCR) to support ongoing planning and management of its corporate IM/IT projects over the next two to three years.
Security Requirement: Common PS SRCL #6 applies
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Reliability Status
Contract Authority
Name: Chris Zaremba
Phone Number: 613-290-5128
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 “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
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Canada-Ukraine Free Trade Agreement (CUFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Office of the Superintendent of Financial Institutions
- Address
-
255 Albert StreetOttawa, Ontario, K1A0H2Canada
- Contracting authority
- Zaremba, Chris
- Phone
- 613-949-9983
- Email
- chris.zaremba@osfi-bsif.gc.ca
- Address
-
250 Albert St.Ottawa, ON, K1A 0H2CA
Buying organization(s)
- Organization
-
Office of the Superintendent of Financial Institutions
- Address
-
255 Albert StreetOttawa, Ontario, K1A0H2Canada