Title: MSA Research
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 access to Canadian insurance industry financial data and analytics, including historical datasets for Property & Casualty and Life & Health sectors, under a subscription model with a site license. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to MSA Research. 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 to provide access to comprehensive Canadian insurance industry financial data and analytics to an unlimited number of users, including historical datasets for Property & Casualty dating from 1990 onward and Life/Health/Fraternal dating from 1996 onward.
• Ability to provide customer support and training to ensure effective use of the data and tools.
• Ability to provide administrative controls that allow OSFI to manage user access, including assigning, revoking, or suspending accounts, and designating super users and regular users.
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
MSA Research Inc. is the sole provider of comprehensive, aggregated federal and provincial financial data for Canadian insurers, including unique historical time series for Property & Casualty and Life/Health sectors. Their datasets and analytics are used by 95% of the Canadian insurance industry and are delivered in a format optimized for OSFI’s analytical systems. No alternative sources offer equivalent breadth, depth, or usability; other reports are limited to subsets of the market and lack analytical functionality. Given this exclusivity and the critical nature of the data for OSFI’s regulatory mandate, OSFI believes that MSA Research is the only supplier capable of meeting the requirement.
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
Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
8. Period of the proposed contract or delivery date
The proposed contract is for a period of one (1) year, with four (4) options to extend the contract for up to a period of one (1) year each:
• Initial period: March 1 2026 to February 28, 2027
• Option period 1: March 1 2027 to February 29, 2028
• Option period 2: March 1 2028 to February 28, 2029
• Option period 3: March 1 2029 to February 28, 2030
• Option period 4: March 1 2030 to February 28, 2031
9. Cost estimate of the proposed contract
The estimated value of the contract, including the option periods, is $392,028.64 (incl. taxes)
10. Name and address of the pre-identified supplier
MSA Research Inc.
811-4789 Yonge Street
Toronto, ON
M2N 0G3
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 December 18, 2025 at 2:00 pm (EST).
13. Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Andrew Bryant
Senior Contracting Officer
e-mail: contracting-approvisionnement@osfi-bsif.gc.ca
255 Albert St. 12th floor
Ottawa, Ontario K1A 0H2