Financial Consumer Agency of Canada Seeks Professional Services for Consumer Protection Initiatives
Reference Number: 20251504A Solicitation Number: 20251504A Organization Name: The Financial Consumer Agency of Canada (FCAC) Solicitation Date: 2025-11-14 Closing Date: 2025-12-01, 2:00 PM Ottawa Time Anticipated Start Date: 2025-12-17 Estimated Delivery Date: 2026-03-31 Estimate Level of Effort: Varies, see below Cont…
Source ID: cb-884-24633510
Scope overview
Reference Number: 20251504A Solicitation Number: 20251504A Organization Name: The Financial Consumer Agency of Canada (FCAC) Solicitation Date: 2025-11-14 Closing Date: 2025-12-01, 2:00 PM Ottawa Time Anticipated Start Date: 2025-12-17 Estimated Delivery Date: 2026-03-31 Estimate Level of Effort: Varies, see below Contract Duration: The contract period will be from the date of contract to 2026-03-31 with an irrevocable option to extend it for up to five (5) additional one-year periods.
Solicitation Method: Competitive Applicable Trade Agreements: The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free-Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).
Comprehensive Land Claim Agreement Applies: No Number of Contracts: Up to 3 Requirement Details Tendering Procedure: Selective Tendering This bid solicitation is a re-tender of the requirement described in bid solicitation number 20251504 dated 2025-11-05 with a bid closing date of 2025-11-20 at 02 :00 PM; this document replaces the previous version entirely.
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 following categories: WORKSTREAM 1: Business Architecture Firm Requirement Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort (days) Estimated Number of Resources Required B.7 Business Transformation Architect 3 Secret 625 1 * Estimate only, includes total number of days for entire contract duration (including all optional periods), the actual number of days will be determined throughout the course of the project.
Full description
Optional Resources Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort (days) **Estimated Number of Resources Required B.5 Business Process Re-engineering Consultant 2 Secret 250 One or more, up to a maximum of 4 B.7 Business Transformation Architect 3 Secret 250 One or more, up to a maximum of 4 B.1 Business Analyst 3 Reliability 250 One or more, up to a maximum of 4 P.9 Project Manager 3 Reliability 250 One or more, up to a maximum of 4 B.3 Business Consultant 3 Reliability 250 One or more, up to a maximum of 4 * Estimate only, includes total number of days for entire contract duration (including all optional periods) the actual number of days will be determined throughout the course of the project.
** Estimate only, actual number of optional resources for each category will be determined throughout the course of the project.
WORKSTREAM 2: Security Governance Firm Requirement Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort (days) Estimated Number of Resources Required C.7 Information Technology Security Design Specialist 3 Secret 1000 1 * Estimate only, includes total number of days for entire contract duration (including all optional periods), the actual number of days will be determined throughout the course of the project.
Optional Resources Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort (days) **Estimated Number of Resources Required C.2 Information Technology Security Methodology, Policy and Procedures Analyst 3 Reliability 250 One or more, up to a maximum of four (4) C.3 Information technology security threat and risk assessment and certification and accreditation analyst 3 Reliability 250 One or more, up to a maximum of four (4) C.7 Information Technology Security Design Specialist 3 Secret 250 One or more, up to a maximum of four (4) C.11 Information technology security vulnerability analysis specialist 2 Reliability 250 One or more, up to a maximum of four (4) * Estimate only, includes total number of days for entire contract duration (including all optional periods) the actual number of days will be determined throughout the course of the project.
** Estimate only, the actual number of optional resources for each category will be determined throughout the course of the project.
WORKSTREAM 3: User Experience and Accessibility Firm Requirement Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort (days) Estimated Number of Resources Required A.13 Web Designer 2 Reliability 250 1 * Estimate only, includes total number of days for entire contract duration (including all optional periods), the actual number of days will be determined throughout the course of the project.
Optional Resources Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort (days) **Estimated Number of Resources Required A.11 Tester 2 Reliability 250 One or more, up to a maximum of 5 A.13 Web Designer 2 Reliability 250 One or more, up to a maximum of 5 A.11 Tester 3 Reliability 250 One or more, up to a maximum of 5 A.13 Web Designer 3 Reliability 250 One or more, up to a maximum of 5 * Estimate only, includes total number of days for entire contract duration (including all optional periods) the actual number of days will be determined throughout the course of the project.
** Estimate only, the actual number of optional resources for each category will be determined throughout the course of the project. The following SA Holders have been invited to submit a proposal: 1. Adirondack Information Management Inc. 2. Cistel Technology Inc. 3. Deloitte Inc. 4. Donna Cona Inc. 5. Eminent Systems Inc. 6. I.M.P. Group Limited 7. IPSS INC. 8. IT/NET OTTAWA INC, KPMG LLP, in joint venture 9.
MAKWA Resourcing Inc. 10. Maplesoft Consulting Inc. 11. Michael Wager Consulting Inc. 12. S.I. SYSTEMS ULC 13. Teksystems Canada Corp./Société Teksystems Canada 14. MGIS Inc. 15. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture 16. Symbiotic Group Inc., Akkodis Canada Inc., IN JOINT VENTURE *** Financial Consumer Agency of Canada (FCAC) thanks you for your interest in our procurement process.
The RFP will only be open to the sixteen (16) suppliers listed on the NPP and we will not be adding any additional suppliers to this solicitation. FCAC has met the mandatory requirements under the PSPC TBIPS SA and we are confident that we will be receiving a sufficient number of proposals to make this a truly competitive process.
With our current staffing limitations, we cannot invite additional proponents without creating undo process or inefficiencies within our procurement system. FCAC thanks you again for your interest and going forward we will keep your firm in mind for our future requirements.
Description of Work: The FCAC is seeking to establish Task-Authorization Contract(s) with a qualified Supplier(s), in order to supplement internal capacity and access specialized skill sets experience not available internally, and provide "as-and-when" requested services as deemed necessary by the FCAC, including enhancements, modifications and optimizations to current tools and applications.
On an as and when required basis, through the issuance of Task Authorizations (TAs), FCAC requires a Contractor to supply resources to provide professional IM/IT services for Business Architecture, Security Governance, and User Experience and Accessibility projects and tasks for the Financial Consumer Agency of Canada (FCAC).
Security Requirement: Common PS SRCL # 19 applies Minimum Corporate Security Required: DOS – Reliability 7 Secret Minimum Resource Security Required: Reliability Contract Authority Name: Pavlo Kyryakov Phone Number: (613)-290-2003 Email Address: FCAC.Contract-Contrat.ACFC@fcac-acfc.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.gc.ca .
Buyer & contacts
Tags & Signals
Similar tenders
Architectural and Engineering Consultant Services Source List for Nunavut Projects
Defence Construction Canada is establishing a source list of consulting firms to provide architectural and engineering services for projects in Nunavut. The selected firms will deliver professional services including concept design, cost estimation, and construction documentation on an as-needed basis. The source list will be valid for two years with possible extensions and a maximum estimated value of $2 million.
Architecture and Engineering Services for Temporary Staff Needs
The Centre de services scolaire des Monts et Marées is seeking architecture and engineering services to address temporary staffing requirements. This procurement involves professional services in the architectural field under the specified classification. The tender is currently active and open for qualified service providers to submit proposals.
Task Based Informatics Professional Services Procurement for Project Executive Support
The Department of Foreign Affairs, Trade and Development is seeking Task Based Informatics Professional Services for a Project Executive Level 3 position. This selective tendering process is open only to qualified TBIPS Supply Arrangement holders in the National Capital Region. The contract will have an initial period of two years with a possible extension option.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.