Financial Instruments Valuation - Farm Credit Canada (FCC)
Solicitation number 423
Publication date
Closing date and time 2024/12/23 14:00 EST
Last amendment date
Description
This requirement is open only to those Audit and Related Services Supply Arrangement (SA) Holders who qualified under Sub Stream 3A – Financial Instruments Valuation under the SA369 series of SAs. The following SA Holders have been invited to submit a bid:
1. Deloitte LLP
2. Pricewaterhouse Coopers LLP
3. KPMG LLP
4. BDO Canada LLP
5. Ernst & Young LLP
Description of the Requirement:
The Office of the Auditor General of Canada (OAG) performs an annual audit of the consolidated financial statements of Farm Credit Canada (FCC) prepared in accordance with International Financial Reporting Standards (IFRS).
The OAG requires a Contractor to provide professional services to assist the OAG audit team in conducting the audit work of some of the models for the ACL calculation. Both economic and modelling expertise is required by the audit team, preferably related to the agriculture industry, within the context of financial instruments/loan impairment methodology. In accordance with the requirements of CAS 620—Using the work of an auditor’s expert, the Contractor will review the work of FCC to assess the reasonableness of the models used.
Level of Security Requirement:
The Contractor must, at all times during the performance of the contract, hold a valid designated organization screening (DOS) or Facility Security Clearance (FSC) with approved document safeguarding at the level of Protected A, issued by the Contract Security Program (CSP), Public Services and Procurement Canada.
The Contractor shall ensure all its personnel requiring access to the OAG’s classified and/or protected, information, networks and/or office space, obtain and maintain a valid Government of Canada Security Status and/or Clearance at a minimum level of “Reliability Status” prior to accessing such information, networks and/or office space.
For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses.
Applicable Trade Agreements:
The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA), the Canada–Chile Free Trade Agreement, the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canada–Colombia Free Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canada–Honduras Free Trade Agreement, the Canada–Korea Free Trade Agreement, the Canada–Panama Free Trade Agreement, the Canada–Peru Free Trade Agreement, the Canada–Ukraine Free Trade Agreement, the Canada-United Kingdom Trade Continuity Agreement, and the World Trade Organization–Agreement on Government Procurement (WTO-GPA).
Proposed period of contract:
The proposed period of the resulting contract shall be from the contract award (Feb 2025) to August 31, 2026 and three (3) additional one (1) year option periods.
File Number: RFP 423
Contracting Authority: Soo Yeon Cho
E-Mail: suppliers@oag-bvg.gc.ca
Note: The Audit and Related Services Request for Supply Arrangement is an ongoing opportunity for qualification solicitation. For suppliers who wish to find out how they can become a qualified supply arrangement holder, please see the ongoing opportunity for qualification solicitation posted on CanadaBuys (https://canadabuys.canada.ca/en/tender-opportunities/tender-notice/cb-4…).
Contract duration
The estimated contract period will be 19 month(s), with a proposed start date of 2025/02/01.
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 the Auditor General of Canada
- Address
-
240 Sparks
Ottawa, ON, K1A 0G6Canada
- Contracting authority
- Soo Yeon Cho
- Phone
- (613) 952-0213
- Email
- suppliers@oag-bvg.gc.ca
- Address
-
240 Sparks
Ottawa, ON, K1A 0G6Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
RFP 423 - SA 369 Stream 3A Financial Instruments Valuation - FCC Farm Credit Canada-NPP (EN).pdf | 001 |
English
|
8 | |
RFP 423 - SA 369 Stream 3A Financial Instruments Valuation - FCC Farm Credit Canada-NPP (FR).pdf | 001 |
French
|
0 |
Access the Getting started page for details on how to bid, and more.