Title: Job Evaluation, Classification, and Compensation Services
1. Advance Contract Award Notice (ACAN)
An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
2. Definition of the requirement
The Office of the Superintendent of Financial Institutions Canada (OSFI) has a requirement for the provision of job evaluation, classification, and compensation services. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to Korn Ferry Hay Group Ltd. before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15-calendar day posting period.
If other potential suppliers submit a statement of capabilities during the 15-calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
• Ability, and authorized approval by Korn Ferry Hay Group Ltd., to provide the proprietary Hay training and use and interpret the Hay Classification system.
• Ability to provide the data that is obtained by Korn Ferry/Hay Group from the banking sector to enable consistent compensation analysis on a year over year basis.
4. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s)
• Canadian Free Trade Agreement (CFTA)
• Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
• Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
• Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
• Canada-Chile Free Trade Agreement (CCFTA)
• Canada-Colombia Free Trade Agreement
• Canada-Honduras Free Trade Agreement
• Canada-Korea Free Trade Agreement
• Canada-Panama Free Trade Agreement
• Canada-Peru Free Trade Agreement (CPFTA)
• Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
• Canada-Ukraine Free Trade Agreement (CUFTA)
5. Justification for the Pre-Selected Supplier
Korn Ferry Hay Group Ltd. has exclusive ownership for training organizations and individuals on the Hay Method of job evaluation. No other individual or consulting firm may offer this service. Korn Ferry Hay Group Ltd. also has exclusive rights for developing benchmark positions using the Hay Method of job evaluation. While others may evaluate EX jobs within the Canadian Federal Public Service, they may not evaluate jobs for which benchmarks have not been developed by Hay. As OSFI has its own classification standard (RE and REX) and is not consistent with any of the classifications within the federal government, we must work with Korn Ferry Hay Group Ltd. to develop new benchmark positions.
OSFI has a stated compensation position of the 75th Percentile within the banking and insurance industry. Competitive market data must be obtained from the Hay Pay Net Database, drilling down to the financial industry and from other proprietary Hay compensation databases. Due to the uniqueness of OSFI positions, it is essential to be able to obtain this data based on assigned Hay Points.
6. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
7. Ownership of Intellectual Property
There is no intellectual property expected to be generated by this contract.
8. Period of the proposed contract or delivery date
The proposed contract is for a period of one (1) year from August 1, 2025 to July 31, 2026 with two (2) options to extend the contract for up to a period of one (1) year each.
9. Cost estimate of the proposed contract
The estimated value of the contract, including two (2) option periods, is $500,000 CAD (HST extra).
10. Name and address of the pre-identified supplier
Korn Ferry Hay Group Ltd
81 Metcalfe Street, Suite 1200
Ottawa, Ontario K1P 6K7
11. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
12. Closing date for a submission of a statement of capabilities
The closing date and time for acceptance of Statements of Capabilities is July 15, 2025 at 2:00 p.m. (EDT).
13. Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Craig Kenny
Lead Senior Contracting Officer
e-mail: contracting-approvisionnement@osfi-bsif.gc.ca