Development of a Fraud Risk Management Framework (FRMF) and supporting tools

Status Expired

Contract number 3520431

Contract value :

CAD 144,250.00

Solicitation number HICC-LICC 2025-2026 - PS5687

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    KPMG LLP

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    PROFESSIONAL AUDIT SUPPORT SERVICES (PASS) SUPPLY ARRANGEMENT

    Buyer ID: Housing, Infrastructure and Communities Canada

    Solicitation No.: INFC 2025-2026 – PS5687
    Contracting Authority: Jennifer Hendrick
    E-mail Address: procurement-approvisionnement@infc.gc.ca

    All of the pre-qualified Suppliers against PASS SA E60ZQ-180001 for the provision of professional services, under Stream 4: Forensic Audit Services, of SAs have been invited to compete:

    1. Altis Recruitment & Technology Inc.
    2. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    3. BDO Canada LLP
    4. Cohen Hamilton Steger & Co. Inc.
    5. Deloitte LLP
    6. Ernst & Young LLP
    7. KPMG LLP
    8. MNP LLP
    9. Pricewaterhouse Coopers LLP
    10. RSM CANADA CONSULTING LP; RSM ALBERTA LLP; Government Solutions Group LLP – IN JOINT VENTURE
    11. Samson & Associés CPA/Consultation Inc

    DESCRIPTION OF REQUIREMENT:

    Housing, Infrastructure and Communities Canada (HICC) seeks to establish a contract under the Professional Audit Support Services (PASS) Supply Arrangement, under the following Stream:

    4. Forensic Audit;

    Canada is seeking to establish a contract for Stream 4 Forensic Audit for the Development of a Fraud Risk Management Framework (FRMF) and supporting tools as defined in Annex "A", Statement of Work, and to be provided under the Contract, on an “as and when requested” basis only, for one (1) year and to potentially provide Fraud Risk Assessments as defined in Annex "A", Statement of Work, and to be provided under the Contract, on an “as and when requested” basis only, for three (3) one (1) year option periods.

    DURATION OF CONTRACT

    The period of any resulting contract will be from contract award date for a 12 month period. Any resulting contract will include an irrevocable option to extend the resulting contract term by up to 3 additional 1 year periods under the same conditions.
    EVALUATION PROCESS AND SELECTION METHODOLOGY

    Highest Combined Rating of Technical Merit 80% and Price 20%

    SECURITY REQUIREMENTS
    Common SRCL# 19: Reliability Status/Secret

    Business address

    1800-150 Elgin Street

    Ottawa, Ontario, K2P 2P8
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 2 month(s), from 2026/01/19 to 2026/03/31.

    Commodity - UNSPSC

    • 81162305 - Risk management process as a service

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Office of Infrastructure of Canada (INFC)
    Address

    1100-180 Kent Street

    Ottawa, Ontario, K1P 0B6
    Canada
    Contracting authority
    Rachelle Hill
    Phone
    (343) 990-6037
    Email
    rachelle.hill@infc.gc.ca
    Address

    1100-180 Kent Street

    Ottawa, Ontario, K1P0B6
    Canada