SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Saturday, January 18 from 7:00 pm until 10:59 pm (EST) 

Professional Audit Support Services

Solicitation number 21120-24-4457586/A

Publication date

Closing date and time 2024/08/08 14:00 EDT

Last amendment date


    Description

    Professional Audit Support Services (PASS) – IT and Systems Audit and Financial Accounting Services

    This requirement is for: The Correctional Service of Canada, Financial Operations, Accounting and Controls Division, National Comptroller’s Branch.

    Trade agreement: World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement, the Canada-Honduras Free Trade Agreement, the Canada-Peru Free Trade Agreement, the Canada-Colombia Free Trade Agreement, the Canada-Panama Free Trade Agreement, 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, Canada-United Kingdom Trade Continuity Agreement and the Canada-Korea Free Trade Agreement.

    Tendering procedures: The suppliers listed in this notice and qualified under the Professional Audit Support Services supply arrangement have been invited to submit a bid.

    Competitive Procurement Strategy: lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.

    Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements: This contract includes security requirements.

    Nature of Requirements:

    This RFP is only for pre-qualified Suppliers for Work Stream 3 Information Technology and Systems Audits and Stream 6 Financial and Accounting Services, against the Professional Audit Support Services (PASS) Supply Arrangement (SA) E60ZQ-180001. The following SA Holders have been invited to submit a proposal:

    1 A Hundred Answers Inc.
    2 Aniko Consultant 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 Orbis Risk Consulting Inc.
    9 Pricewaterhouse Coopers LLP
    10 QMR Staffing Solutions Incorporated
    11 Raymond Chabot Grant Thornton Consulting Inc
    12 Samson & Associés CPA/Consultation Inc

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada has a requirement to obtain internal audit services to support its Internal Financial Control group and Financial Operations, Accounting and Controls Division.

    Objectives:
    - To Support the Internal Financial Control group in meeting its obligations stated in the Policy on Financial Management and the Internal Control Risk Based Monitoring Strategy in documenting and assessing key business processes.
    - To Support the Internal Financial Control group in meeting its obligations stated in the Policy on Financial Management and the Internal Control Risk Based Monitoring Strategy in documenting and assessing Information Technology General and Application controls.
    - To Support the Financial Operations, Accounting and Controls Division with special projects.

    Deliverables:
    - reports must include:
    a) The results of the testing and the assessment of the financial process key controls, and detailing any remedial action required to address control gaps. This will consist of two reports, a first report delivered as a draft; a second report, incorporating any comments and changes requested by the Project Authority, submitted as final.
    b) Any inefficiency found in the process and key controls and recommendations for remedial action to address the inefficiencies.
    - The Contractor must document reconciliations and other analysis, standalone (that readers can understand without additional explanations). The Contractor must document variances, or differences, or both with supporting source documentation or explanations implicated stakeholders in regions, sites, and NHQ have provided.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of Contract and Time Frame for Delivery:

    Term of Contract

    Period of the Contract: The work is to be performed during the period of January 10th, 2025 to January 9th, 2026 with the option to renew for four (4) additional 1 year periods.

    File Number: 21120-24-4457586/A

    Contracting Authority: Danielle Blanchet
    Telephone number: 506-377-9624
    E-mail: Danielle.blanchet@csc-scc.gc.ca

    NOTE TO BIDDERS:

    Bidders can obtain copies of the solicitation documents by contacting the contracting authority named in this notice.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Understand the federal procurement process;
     Learn about searching for opportunities;
     Find out how to bid on opportunities;
     Discover how to prepare to sell to the government.

    The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2025/01/10.

    Trade agreements

    • Please refer to tender description or tender documents

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address

    340 Laurier Ave West

    Ottawa, ON, K1A0P9
    Canada
    Contracting authority
    Danielle Blanchet
    Phone
    (506) 377-9624
    Email
    danielle.blanchet@csc-scc.gc.ca
    Address

    340 Laurier Ave West

    Ottawa, ON, K1A0P9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: