SAP Ariba system maintenance

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

  • Saturday, January 25 from 7:00 pm until 11:00 pm (Eastern Time) 

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

    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
    Office of the Auditor General of Canada
    Address

    240 Sparks

    Ottawa, ON, K1A 0G6
    Canada
    Contracting authority
    Soo Yeon Cho
    Phone
    (613) 952-0213
    Email
    suppliers@oag-bvg.gc.ca
    Address

    240 Sparks

    Ottawa, ON, K1A 0G6
    Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    8
    001
    French
    0

    Access the Getting started page for details on how to bid, and more.

    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
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    19 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: