Due Diligence Analysis for the Automotive Innovation Fund

Status Awarded

Contract number 3516414

Solicitation number IC401680

Publication date

Contract award date

Contract value

CAD 170,040.00

    Description

    This contract was awarded to:

    KPMG LLP

    This RFP is only for pre-qualified Suppliers for Stream 8. Recipient/Contribution Agreement Audit against Professional Audit Support Services (PASS) Supply Arrangement (E60ZQ-140002).

    The following SA Holders have been invited to submit a proposal under Stream 8: Recipient/Contribution Agreement Audit:

    1. Altis Human Resources (Ottawa) Inc.
    2. Aniko Consultants Inc., Samson & Associés CPA/Consultation Inc./Samson & Associates CPA/Consulting Inc., in Joint Venture
    3. BDO Canada LLP
    4. Deloitte LLP
    5. Ernst & Young LLP
    6. KPMG LLP
    7. MNP LLP
    8. Pricewaterhouse Coopers LLP
    9. Raymond Chabot Grant Thornton Consulting Inc.
    10. Samson & Associés CPA/Consultation Inc
    11. Samuel C. Young Professional Corporation, Douglas G. Kroetsch Professional Corporation, Joseph Y. Man Professional Corporation
    12. Serge Lavallée. André Loyer, Michel Coulombe, et
    13. Spearhead Management Canada Ltd.
    14. Welch LLP

    DESCRIPTION OF REQUIREMENT:

    Innovation, Science and Economic Development Canada (ISED), on behalf of the federal government, is considering a project proposal from Toyota Motor Manufacturing of Canada under the Automotive Innovation Fund (AIF), for financial support at their Canadian facilities. To assist ISED officials with their recommendation to the Minister, the project proposal will undergo third party due diligence.

    SECURITY REQUIREMENTS

    Common PS SRCL #9 Security Clauses:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE # COMMON-PS-SRCL#9

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada.
    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed up to the level of PROTECTED B.
    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    5. The Contractor/Offeror must comply with the provisions of the:
      1. Security Requirements Check List, attached at Annex C;
      2. Industrial Security Manual (Latest Edition).
    Business address
    1800-150 Elgin Street
    Ottawa, ON, K2P 2P8
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R010A - Internal and External Audits (Supply Arrangement PASS)
    Contact information

    Contracting organization

    Organization
    Industry Canada
    Contracting authority
    Lafleur, Chantal
    Phone
    613-990-5937
    Address
    235 Queen Street
    Ottawa, ON, K1A 0H5
    CA

    Buying organization(s)

    Organization
    Industry Canada
    Date modified: