PASS - Internal Audit - Evaluation of the 2024 Jasper Wildfire

Status Awarded

Contract number 5P300-24-0199

Contract value :

CAD 600,862.50

Solicitation number 5P300-24-0199/A

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    MNP LLP

    This requirement is for Parks Canada Agency

    This requirement is open only to those Supply Arrangement Holders under E60ZQ-180001 in Edmonton (Metropolitan area) who pre-qualified under Stream 1 (Internal Audit).

    The following suppliers have been invited to submit a proposal:

    Please note that all pre-qualified suppliers under this stream and metropolitan area have been invited.

    A Hundred Answers Inc.
    Altis Recruitment & Technology Inc.
    Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    BDO Canda LLP
    Cofomo Inc
    Collins Barrow Ottawa LLP
    Deloitte LLP
    Ernst & Young LLP
    KPMG LLP
    MNP LLP
    Niewe Technology and Consulting Ltd.
    Orbis Risk Consulting Inc.
    OXARO INC.
    Pricewaterhouse Coopers LLP
    QMR Staffing Solutions Incorporated
    QMR Staffing Solutions Incorporated, Windreach Consulting Services Incorporated, In Joint Venture
    Raymond Chabot Grant Thornton Consulting Inc.
    RSM CANADA CONSULTING LP; RSM ALBERTA LLP; Government Solutions Group LLP – IN JOINT VENTURE
    Samson & Associés CPA/Consultation Inc
    Spearhead Management Canada Ltd.
    THE RIGHT DOOR CONSULTING & SOLUTIONS INCORPORATED, Baker Tilly Ottawa Management Consultants Inc. , IN JOINT VENTURE

    Description of the Requirement:
    The Office of Internal Audit and Evaluation (OIAE) of Parks Canada Agency seeks to establish a contract under the Professional Audit Support Services (PASS) Supply Arrangement, Stream 1: Internal Audit Services.

    The Evaluation of the 2024 Jasper Wildfire will examine the wildfire from multiple perspectives, including all jurisdictions involved in the incident, to better understand the root causes and to identify clear steps forward for improvement. The findings from this evaluation will result in actionable recommendations that will strengthen Parks Canada’s wildfire and emergency management to enhance resilience to wildfire threats across Canada.

    The evaluation will be conducted in two phases. The first report on wildfire prevention and preparedness will focus on wildfire prevention, mitigation and preparedness activities carried out by Parks Canada, both in Jasper National Park and at the national level. The focus of this first report will be on how Parks Canada works to reduce the threat of wildfire and is ready to respond in the event of a wildfire. It is scheduled for completion by September 2025.

    The second report on wildfire response and stabilization will analyze the response to the Jasper wildfire, examining emergency actions, coordination, communications, and stabilization. It will be informed by and include key elements of the first report, demonstrating the degree of alignment of preparedness activities with response activities. The second report is expected to be finalized by January 2026.

    The evaluation will be conducted in accordance with the Treasury Board Policy on Results as well as its accompanying Directive on Results and Standard on Evaluation. It will employ multiple lines of evidence to ensure a comprehensive and evidence-based evaluation. In addition, Parks Canada’s Audit Committee, comprised of external members, will carry out a challenge function as part of oversight to uphold transparency and accountability throughout this process.

    Key partners will be engaged throughout the process, including the Municipality of Jasper, the Government of Alberta, Indigenous communities, Public Safety Canada, Natural Resources Canada, and other relevant stakeholders. Given the impact of the wildfire, a trauma-informed approach will be taken to ensure that engagement is conducted sensitively and respectfully.

    Proposed period of contract:
    The period of the Contract is from date of Contract to March 31, 2026.

    Level of Security Requirement:
    1. The Contractor/Offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The Contractor/Offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The Contractor/Offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction
    4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC
    5. The Contractor/Offeror must comply with the provisions of the:
    a. Security Requirements Check List and security guide (if applicable)
    b. Contract Security Manual (latest edition)

    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-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) and the Canada-Korea Free Trade Agreement (CKFTA).

    File Number: 5P300-24-0199/A
    Contracting Authority: Danielle Chiasson
    E-Mail: Danielle.chiasson@pc.gc.ca

    INFORMATION:
    The Professional Audit Support Services (PASS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact spsvaaautorite.passsaauthority@tpsgc-pwgsc.gc.ca.

    Business address

    2000, 112 - 4th Avenue SW

    Calgary, AB, T2P 0H3
    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
    Canada
    Alberta

    Contract duration

    The contract will be for a period of 10 month(s), from 2025/07/22 to 2026/05/31.

    Commodity - UNSPSC

    • 84111600 - Audit services

    Trade agreements

    • 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)

    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
    Parks Canada Agency (PC)
    Address

    1869 Upper Water St.

    Halifax, Nova Scotia, B3J 1S9
    Canada
    Contracting authority
    Danielle Chiasson
    Phone
    (782) 409-5621
    Email
    danielle.chiasson@pc.gc.ca
    Address

    1869 Upper Water St.

    Halifax, Nova Scotia, B3J
    Canada