Tired of procurement pain? Our AI-powered platform automates the painful parts of identifying, qualifying, and responding to Canadian opportunities so you can focus on what you do best: delivering quality goods and services to government.
IoT Smart-City Integrators: Winning Ontario Government Work through Supply Ontario Vendor of Record, RFSQ, and Ontario Tenders Portal RFPs
IoT Contracts, Government Procurement

```html
IoT Smart-City Integrators: Winning Ontario Government Work Through Supply Ontario Vendor of Record, RFSQ, and Ontario Tenders Portal RFPs
For IoT smart-city integrators seeking sustainable government contracts and recurring revenue streams, mastering Ontario's sophisticated procurement ecosystem represents a critical competitive advantage. The Ontario government procurement landscape encompasses multiple pathways for technology providers to access lucrative opportunities, including government contracts through federal and provincial channels, government RFPs that drive innovation adoption, and strategic government procurement processes designed to maximize value. Success in this environment requires deep understanding of specialized procurement vehicles such as the Vendor of Record system managed by Supply Ontario, the Request for Supplier Qualifications process used for pre-qualification, and the Ontario Tenders Portal where opportunities are published. For organizations specializing in smart city IoT solutions, the ability to navigate these government RFP processes, understand government procurement best practices, and implement RFP automation strategies represents the difference between inconsistent project wins and establishing a sustainable government contracting business. This comprehensive guide explores how IoT smart-city integrators can systematically approach winning Ontario government contracts, qualify for government RFPs, and leverage collaborative procurement frameworks to secure municipal and provincial work. Whether your organization is seeking to understand how to win government contracts in Canada, optimize your government RFP response process, or implement professional services government contracts strategies, the frameworks, compliance requirements, and strategic approaches outlined in this article provide actionable guidance grounded in official government directives and procurement regulations.
Understanding Ontario's Integrated Government Procurement Framework
Ontario's government procurement system operates through a coordinated framework that extends across multiple layers of the public sector, including provincial ministries, broader public sector organizations, and municipal governments. This multi-layered approach creates a complex but opportunity-rich environment for technology vendors who understand how to navigate its various channels. The fundamental structure distinguishes between Ontario Public Service procurement governed by the Management Board of Cabinet Procurement Directive and Broader Public Sector procurement governed by the Broader Public Sector Procurement Directive. For IoT smart-city integrators, this distinction matters significantly because it determines which procurement vehicles are available, what evaluation criteria will apply, and how contracts will be structured and managed over their lifecycle.
The Broader Public Sector Procurement Directive establishes comprehensive requirements for organizations designated under the Broader Public Sector Accountability Act, 2010, which includes hospitals, school boards, colleges, universities, community care access centres, children's aid societies, and organizations receiving more than $10 million in annual government funding. Many municipal governments fall within this designated category, making compliance with the directive's mandatory requirements essential for vendors seeking to serve these entities. The directive establishes five foundational principles—accountability, transparency, value for money, quality service delivery, and process integrity—that shape every aspect of how procurement is conducted and how vendors are evaluated. These principles are not merely aspirational; they translate into specific operational requirements that directly impact how government organizations structure their purchasing processes and how they assess vendor proposals.
The Ontario government procurement framework emphasizes strategic sourcing through pre-established vendor arrangements that reduce procurement costs, administrative overhead, and redundancy. This approach fundamentally changes how vendors should approach market access. Rather than pursuing individual opportunities in isolation, successful smart-city IoT integrators develop long-term strategies to establish pre-qualified vendor status through mechanism like the Vendor of Record system. This pre-qualification provides privileged access to government procurement pipelines, enabling faster response to specific project requirements and reducing the competitive intensity of individual opportunities. For organizations with limited government contracting experience, understanding this framework is the essential prerequisite to systematic market entry.
Supply Ontario and the Vendor of Record System Architecture
Supply Ontario operates the Enterprise-wide Vendor of Record program, which represents one of Canada's largest collaborative procurement frameworks designed to serve the Ontario public sector. The VOR program leverages the collective buying power of multiple government entities to negotiate favorable pricing, terms, and conditions for commonly procured goods and services. For IoT smart-city integrators, the VOR system offers multiple advantages that make it the primary pathway for establishing government market access. The program allows vendors to provide goods and services to Ontario Public Service entities and Broader Public Sector organizations for defined periods with clearly established terms and pricing. By consolidating spending across multiple entities, the VOR system reduces procurement duplication and ensures consistent vendor management across the public sector.
Supply Ontario manages three distinct types of Vendor of Record arrangements, each serving different procurement needs and organizational structures. Enterprise-wide Vendor of Record arrangements provide the broadest market access by establishing vendor relationships that serve multiple ministries and broader public sector organizations simultaneously. These arrangements typically focus on goods and services that are commonly procured across government, making them ideal for standardized IoT platforms and solutions that have broad applicability across different municipal and provincial agencies. When an Enterprise-wide VOR arrangement is established, non-OPS entities gain access to these arrangements, enabling municipalities and other public sector organizations to benefit from negotiated pricing and established vendor relationships. Multi-ministry Vendor of Record arrangements serve situations where more than one ministry requires specific goods or services but demand is insufficient to justify an enterprise-wide arrangement. These arrangements provide pre-qualified vendor status within a smaller but still significant procurement cohort. Ministry-specific Vendor of Record arrangements are established by individual ministries for their exclusive use, typically addressing unique requirements that do not have broad applicability across government.
Becoming a Vendor of Record requires successful completion of a competitive bidding process where vendors respond to Requests for Bid posted on the Ontario Tenders Portal. When vendors successfully meet all request for bid requirements and execute a master agreement with the government, they achieve VOR status and become authorized to fulfill government requirements within the scope of their arrangement. The competitive process used to establish VOR arrangements ensures fairness and transparency, with all qualified vendors treated equally and evaluated against clearly specified criteria. For IoT smart-city integrators, the VOR achievement represents a critical milestone because it provides legitimized access to government procurement opportunities without requiring re-qualification for every subsequent project. However, VOR status does not guarantee specific work assignments; rather, it establishes the vendor's eligibility to respond to specific project requirements when government agencies initiate procurement processes within the VOR framework.
Request for Supplier Qualifications and Pre-Qualification Pathways
The Request for Supplier Qualifications process, commonly referred to as RFSQ, represents a distinct procurement mechanism used to identify and pre-qualify vendors for future business opportunities. Unlike traditional competitive procurements that focus on immediate requirements, RFSQs enable government organizations to gather detailed information about vendor capabilities, qualifications, experience, and organizational capacity in advance of specific projects. For IoT smart-city integrators, understanding the RFSQ process is essential because pre-qualification often determines which vendors are invited to respond to specific project requirements through subsequent selection processes. The RFSQ serves as a critical quality control gate that ensures only vendors meeting defined capability thresholds can participate in later procurement stages, thereby reducing evaluation complexity and improving the overall quality of proposals received for specific projects.
The typical RFSQ process involves several distinct phases, each designed to comprehensively assess vendor qualifications across multiple dimensions. Government organizations publishing RFSQs typically specify submission requirements, expected qualifications, experience standards, and technical capabilities that vendors must demonstrate. The evaluation criteria established for RFSQs remain consistent throughout the pre-qualification period, enabling vendors to understand exactly how they will be assessed and allowing multiple vendors to potentially achieve pre-qualified status based on meeting specified thresholds rather than a winner-takes-all competitive evaluation. For IoT integrators responding to RFSQs, the key to success involves thoroughly documenting organizational capabilities, providing detailed project portfolios demonstrating relevant experience, and clearly articulating how the vendor's approach aligns with government expectations for solution delivery, vendor management, and customer service.
Once vendors achieve pre-qualified status through an RFSQ process, they are typically included on a qualified supplier roster or similar pre-qualified vendor list. This pre-qualified status remains valid for a specified period, usually ranging from one to three years, during which the vendor can respond to invitation-to-quote or request-for-services documents for specific projects. The subsequent procurement stage, often called a second-stage selection process, enables government organizations to select specific vendors from the pre-qualified roster based on project-specific requirements. This tiered approach provides significant advantages for pre-qualified vendors because it eliminates the need to re-compete on core organizational capabilities for every specific project. Instead, competition focuses on proposal quality, project approach, pricing competitiveness, and demonstrated understanding of specific project requirements. For IoT vendors operating in the smart city domain, this efficiency advantage enables better resource allocation and more competitive pricing because proposal development costs are reduced and the procurement cycle is shortened.
The Ontario Tenders Portal and RFP Publication Framework
The Ontario Tenders Portal, operated through the Jaggaer e-tendering platform, serves as the official publication channel for all Ontario government procurement opportunities. For IoT smart-city integrators seeking to identify and respond to government opportunities, the Ontario Tenders Portal represents the essential starting point for market intelligence and opportunity discovery. The portal provides centralized access to government procurement documents, bid submission systems, and opportunity notifications across all Ontario government entities and broader public sector organizations. By maintaining active registration on the portal, vendors can receive automated notifications when procurement opportunities matching their capabilities become available, enabling systematic monitoring of the government procurement pipeline without manual review of multiple separate platforms.
The Ontario Tenders Portal publishes opportunities through multiple procurement vehicles, each with distinct characteristics, evaluation methodologies, and strategic implications for participating vendors. Request for Quotation documents enable vendors to respond to clearly defined government requirements with price-focused proposals where evaluation emphasizes cost competitiveness. Request for Proposal documents invite vendors to submit comprehensive solutions addressing government requirements where evaluation considers multiple factors beyond price, including technical approach, vendor qualifications, implementation methodology, and proposed value-added services. Request for Bid documents establish Vendor of Record arrangements through competitive processes where successful vendors achieve pre-qualified status for future opportunities. These distinct procurement types require different proposal strategies, resource allocation approaches, and competitive positioning strategies. IoT integrators must develop capability across all three procurement types because opportunities in each category represent legitimate pathways to government business.
The Ontario Tenders Portal establishes specific operational requirements that vendors must follow to ensure compliance and maintain eligibility for government contracts. All procurement opportunities posted on the portal include detailed submission instructions, evaluation criteria, terms and conditions, and contact information for procurement officers managing specific opportunities. Vendors are required to register on the portal, verify their vendor information is current, and comply with all posted requirements for bid submission, including specified closing dates and times. Late submissions are returned unopened and ineligible for consideration, making compliance with administrative deadlines essential to participating effectively in government procurement. For organizations utilizing online bidding through the portal, vendors must understand the platform's technical requirements, submission procedures, and documentation protocols to ensure successful bid delivery.
Smart City IoT Opportunity Landscape and Market Context
Ontario municipalities are accelerating smart city technology adoption in response to urbanization pressures, sustainability mandates, aging infrastructure challenges, and growing citizen expectations for efficient public services. Canada's smart city solutions market reached a valuation of USD 13.9 billion in 2024 and is projected to grow at a compound annual growth rate of 11.75 percent through 2033, reaching USD 37.7 billion by that year. This substantial market growth reflects widespread municipal recognition that IoT technologies, data analytics, and connected infrastructure systems can address persistent urban challenges including traffic congestion, energy consumption, waste management inefficiency, and public safety coordination. For IoT smart-city integrators, this market expansion creates unprecedented procurement opportunities as municipalities systematically upgrade urban infrastructure and implement technology solutions that were previously considered aspirational but are now increasingly viewed as essential to municipal operations.
The federal government's Smart Cities Challenge allocated $300 million over eleven years to support community-driven innovation projects, establishing a policy framework that encourages municipal technology adoption and creates procurement visibility into government smart city priorities. This initiative emphasized working across departments and sectors while integrating community systems, services, and infrastructure, establishing evaluation criteria that favor solutions demonstrating broad applicability and replicability across multiple municipalities. For IoT vendors, understanding these policy frameworks provides insight into government procurement priorities and helps vendors align solution development with demonstrated government needs. Municipal participation in Smart Cities Challenge programs creates procurement pipelines as successful communities implement their technology initiatives through subsequent government contracts and vendor partnerships.
Ontario municipalities face specific challenges in implementing smart city technologies that create differentiated opportunities for integrators who understand municipal procurement constraints and operational requirements. Municipalities operate under municipal procurement bylaws and regulations that establish specific competitive processes for government contracting. Many municipalities report limited technical expertise in evaluating complex technology solutions, creating demand for vendor guidance and implementation support. Budget constraints in many municipalities require solutions that demonstrate clear return on investment and operational efficiency improvements that justify technology acquisition costs. These municipal-specific characteristics shape how IoT integrators should develop their sales strategies, proposal approaches, and value propositions for government opportunities.
Regulatory Compliance and Government Procurement Directives
The Broader Public Sector Procurement Directive establishes mandatory requirements that all designated broader public sector organizations must follow in their procurement processes. Understanding and complying with these requirements is non-negotiable for vendors seeking to participate in Ontario government contracting. The directive establishes segregation of duties requirements that mandate separation of procurement functions across different departments or individuals to ensure appropriate oversight and prevent conflicts of interest. For IoT vendors submitting proposals to broader public sector organizations, this requirement means that proposals must be directed to the designated procurement contact rather than directly to operational users or technical personnel who might be implementing the solution. Violations of segregation of duties can result in procurement process invalidation and the need to re-compete opportunities, making compliance essential to protecting deal integrity.
The directive specifies mandatory requirement for posting competitive procurements valued above specified thresholds through electronic tendering systems readily accessible by all vendors. This requirement ensures that government procurement opportunities are published in publicly accessible channels where all qualified vendors can discover and respond to opportunities. For IoT integrators, compliance with this requirement means opportunities will be published on the Ontario Tenders Portal or alternative government procurement platforms, enabling systematic opportunity discovery for prepared vendors. The directive also establishes minimum response timeframes for competitive procurements, typically requiring government organizations to provide suppliers at least fifteen calendar days for procurements valued at $121,200 to $353,300 and thirty calendar days for high-complexity, high-risk, or high-value procurements. These minimum timeframes ensure vendors have adequate time to prepare competitive proposals, though this also means government procurement processes typically operate on extended timelines compared to private sector contracting.
Tax Compliance Verification represents a mandatory compliance requirement for all vendors bidding on Ontario contracts valued at $30,300 or more. Before submitting bids, vendors must obtain a Tax Compliance Verification number through the automated TCV system operated by the Ontario Ministry of Finance, demonstrating that the vendor is compliant with Ontario tax obligations. This requirement applies to all procurement methods and all contract values above the specified threshold. Failure to obtain required TCV verification before bid submission results in proposal disqualification regardless of proposal quality or competitive positioning. For new market entrants to Ontario government contracting, obtaining TCV verification should be among the first steps in developing government contracting capability because without proper tax compliance verification status, all procurement opportunities remain inaccessible.
Technical Requirements and Solution Architecture Standards
Government of Ontario security standards establish mandatory cybersecurity and data protection requirements that must be incorporated into IoT solution design and implementation. The GO-ITS 25 General Security Requirements standard defines security requirements for protection of integrity, confidentiality, and availability of government services, systems, and networks. These requirements apply to all vendors and third parties providing information technology systems or network services to government under contract, making compliance essential to contract eligibility. For IoT smart-city integrators, security standard compliance directly impacts solution architecture decisions regarding data storage, transmission protocols, access controls, and incident response capabilities. Solutions must incorporate security controls meeting or exceeding government standards to be acceptable for procurement.
Data governance and privacy compliance represent critical considerations for IoT solutions that collect, process, or store government or citizen data. Solutions must comply with Ontario privacy legislation including the Freedom of Information and Protection of Privacy Act and related regulations. Personal information collected by IoT systems deployed in government environments must be protected through appropriate access controls, encryption, and data lifecycle management practices. For smart city applications involving citizen data, privacy impact assessments and algorithmic impact assessments may be required as part of government approval processes. IoT vendors must demonstrate that their solutions incorporate privacy-by-design principles and implement privacy controls appropriate to the sensitivity of data collected through IoT devices and systems.
Accessibility compliance represents an increasingly important requirement for government procurement, particularly for IoT solutions involving public-facing interfaces or services. The directive requires government organizations to consider accessibility requirements in their procurement processes, which translates to vendor obligations to ensure solutions accommodate users with diverse abilities and needs. For smart city IoT applications that involve public transportation interfaces, municipal service portals, or emergency response systems accessible to citizens, accessibility compliance becomes a mandatory qualification criterion. Vendors should demonstrate compliance with relevant accessibility standards when submitting proposals to ensure proposals address government accessibility requirements.
Strategic Approach to Establishing Government Market Access
IoT smart-city integrators should develop a strategic, multi-year approach to establishing sustainable access to Ontario government procurement opportunities rather than pursuing ad hoc responses to individual opportunities. Successful government market entry typically involves several sequential phases, beginning with foundational compliance and registration requirements, progressing through pre-qualification achievement, and ultimately establishing recurring business through Vendor of Record status and long-term customer relationships. This strategic approach requires dedicated resources, specialized expertise in government procurement processes, and organizational commitment to serving government customers according to their specific operational requirements and expectations.
The first phase of strategic market entry involves establishing basic compliance infrastructure and registering with relevant government procurement platforms. This includes obtaining CRA business number verification, completing Tax Compliance Verification through the Ontario TCV portal, registering on the Ontario Tenders Portal, and ensuring company information is accurately registered across all relevant government databases. Vendors should also identify whether additional compliance requirements apply based on their specific business structure, including security screening requirements for vendors providing services in sensitive government environments. This foundational phase typically requires minimal investment but establishes the formal prerequisite conditions for government contract eligibility.
The second phase involves developing organizational capability to respond to government procurement opportunities and systematically monitoring government procurement pipelines for relevant opportunities. Vendors should assign dedicated resources to government business development, with clear responsibility for monitoring procurement opportunities, developing proposals, managing procurement relationships, and tracking procurement outcomes. This phase typically requires investment in procurement expertise, proposal development capability, and government relationship management processes. Successful organizations during this phase win initial government contracts through open competitive procurements, establishing track record and experience in serving government customers. These early successes create portfolio evidence for future pre-qualification processes and support development of government references.
The third phase involves pursuing pre-qualification through RFSQ or similar processes, leveraging early contract experience and demonstrated capability in government environments. Vendors should strategically target RFSQ opportunities aligned with their core capabilities, ensuring responses comprehensively document relevant experience, organizational capacity, and technical expertise. Successful RFSQ qualification creates recurring business opportunity through second-stage procurement processes where pre-qualified vendors respond to specific project requirements. This phase typically involves focused resource allocation to specific pre-qualification opportunities with high probability of positive outcomes based on vendor capability fit.
The final phase involves pursuing Vendor of Record status through Enterprise-wide or ministry-specific VOR arrangements. By this stage, vendors should have accumulated government contracting experience, established customer references, and developed organizational processes for managing government contracts. VOR achievement provides the most sustainable government market access because it establishes multi-year vendor relationships with multiple potential customers. Successful VOR vendors develop long-term revenue streams through recurring project assignments and expand their government customer base across multiple organizations and municipalities.
Proposal Development Strategy for Government Opportunities
Government proposal development follows distinct standards and evaluation methodologies compared to private sector sales processes. Government procurement documents establish explicit evaluation criteria that proposals must address, with specified weighting assigned to different evaluation dimensions. Successful proposals directly align proposed solutions with government evaluation criteria, providing clear evidence demonstrating how the vendor meets or exceeds specified requirements. Rather than emphasizing vendor advantages or competitive differentiation, government proposals should focus on demonstrating capability to meet government requirements and deliver value according to government-defined success metrics.
IoT smart-city vendors should develop comprehensive proposal libraries and capability documentation that can be quickly adapted for specific government opportunities. Standard proposal sections addressing vendor qualifications, relevant experience, project approach, team capability, and references can be maintained in formats enabling rapid customization for specific opportunities. This library approach reduces proposal development cycle time and enables higher quality proposals because standard sections receive more comprehensive development than time-constrained single-opportunity development would allow. Vendors should also develop case studies and project portfolios demonstrating relevant smart city experience, municipal client references, and successful technology implementations. These materials support proposal credibility and enable quick response to specific opportunity requirements.
Cost proposal development for government opportunities requires careful attention to government cost evaluation practices. Government procurement typically evaluates cost reasonableness based on comparison with other proposals and historical pricing for similar services. Excessive pricing may result in proposal scoring disadvantage even if technical proposal quality is superior. Conversely, pricing significantly below market rates may raise cost realism concerns about the vendor's ability to deliver quality service as proposed. Successful government cost proposals position pricing as competitive and reasonable based on proposed scope, resource requirements, and service delivery approach. Vendors should document how proposed costs were developed based on specific project requirements rather than applying across-the-board discount percentages to standard pricing.
Building Long-Term Government Customer Relationships
Successful government contracting extends beyond proposal development to include effective contract management, customer service delivery, and ongoing relationship development. Government customers evaluate vendor performance against contractual service level agreements, quality standards, and responsiveness requirements. Positive performance on government contracts creates foundation for contract renewals, expanded scope opportunities, and customer references supporting future proposal success. Organizations that deliver exceptional service to government customers often secure multiple contract renewals and expand their government business through existing customer relationships.
IoT vendors should designate specific resources for government contract management, establishing clear communication channels with government customers and regular performance reviews ensuring service delivery meets contractual requirements. Regular communication with government customers builds relationships that support future business development and enables vendors to understand evolving customer needs before formal procurement processes are initiated. Vendors should proactively inform government customers about relevant solution enhancements, new capabilities, or alternative approaches that might address emerging customer challenges. This customer-focused approach differentiates vendors from competitors and builds customer loyalty supporting long-term business relationships beyond individual contract cycles.
Conclusion and Next Steps for Market Entry
Ontario government procurement represents a substantial opportunity for IoT smart-city integrators willing to invest in understanding procurement processes, developing government-specific capability, and strategically executing market entry initiatives. The combination of Vendor of Record pre-qualification systems, RFSQ mechanisms for capability assessment, and centralized opportunity publication through the Ontario Tenders Portal creates a transparent, accessible procurement environment where prepared vendors can systematically identify and pursue opportunities. Success requires dedicated resources, specialized expertise in government procurement requirements, and organizational commitment to serving government customers according to their specific operational and contractual requirements. IoT vendors should begin their government market entry by establishing basic compliance infrastructure, registering on government procurement platforms, and strategically monitoring opportunities aligned with their core capabilities. By following a disciplined, multi-year approach to capability development and relationship building, IoT smart-city integrators can establish sustainable government contracting businesses generating recurring revenue through Vendor of Record arrangements and long-term customer partnerships with Ontario municipalities and government agencies.
Sources
https://www.supplyontario.ca/vendors-of-record-arrangements/
https://www.ontario.ca/files/2024-02/tbs-bps-procurement-directive-en-2024-02-08.pdf
https://ontariotenders.app.jaggaer.com/esop/nac-host/public/web/login.html
https://publicus.ai/newsletter/iot-vendors-government-contracts-canada-guide
https://publicus.ai/newsletter/canadian-iot-rfps-win-govt-contracts
https://publicus.ai/newsletter/government-contracts-iot-acan-standing-offers-in-canada
https://housing-infrastructure.canada.ca/plan/icp-pic-INFC-eng.html
https://www.orion.on.ca/wp-content/uploads/2019/11/Smart-Cities_The-future-of-Ontarios-data.pdf
https://housing-infrastructure.canada.ca/cities-villes/index-eng.html
https://www.ontario.ca/files/2024-02/tbs-bps-procurement-directive-en-2024-02-08.pdf
https://housing-infrastructure.canada.ca/cities-villes/support-guide-soutien-eng.html
https://taf.ca/custom/uploads/2025/06/RFSQ-Prefabricated-Overcladding-Panels.pdf
https://scc-ccn.ca/accreditation/accreditation-programs/management-systems/Smart%20cities
http://www.ontario.ca/page/go-its-250-general-security-requirements
https://housing-infrastructure.canada.ca/pd-dp/eval/eval-report-rapport-scc-dvi-eng.html
http://www.ontario.ca/page/go-its-42-security-requirements-enterprise-vulnerability-management
https://www.industryandbusiness.ca/how-canadian-smart-cities-research-is-transforming-urban-living/
https://www.staccounting.ca/ontario-businesses-stay-on-top-of-taxes-with-the-tcv/
https://www.supplyontario.ca/news/supply-ontarios-updated-three-year-outlook-available/
https://www.oneaccounting.cpa/the-ministry-of-finance-automated-the-tax-compliance-verification-tcv/
http://www.ontario.ca/page/information-technology-sector-meeting-report
https://housing-infrastructure.canada.ca/cities-villes/index-eng.html
https://publicus.ai/newsletter/iot-vendors-government-contracts-canada-guide
https://www150.statcan.gc.ca/t1/tbl1/en/tv.action?pid=3310045401
https://publicus.ai/newsletter/government-contracts-iot-acan-standing-offers-in-canada
https://www.imarcgroup.com/canada-smart-city-solutions-market
https://www.cfta-alec.ca/cfta-agreement/chapter-five-government-procurement
https://www.statista.com/outlook/tmo/internet-of-things/smart-cities/canada
http://www.ontario.ca/page/doing-business-government-ontario
https://international.canada.ca/en/services/business/trade/policy/government-procurement
https://impact.canada.ca/en/challenges/smart-cities/applicant-guide
https://techfarhub.usds.gov/evaluation/technical-evaluation/
https://oecm.ca/news/oecm-and-supply-ontario-enter-into-a-collaboration-agreement/
https://oecm.ca/news/procurement-versus-purchasing-separate-functions-distinct-objectives/
https://scc-ccn.ca/system/files/2024-05/scc_data_gov_roadmap_en.pdf
```
