Development of a Fraud Risk Management Framework (FRMF) and supporting tools
Solicitation number HICC-LICC 2025-2026 - PS5687
Publication date
Closing date and time 2025/09/15 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
PROFESSIONAL AUDIT SUPPORT SERVICES (PASS) SUPPLY ARRANGEMENT
Buyer ID: Housing, Infrastructure and Communities Canada
Solicitation No.: INFC 2025-2026 – PS5687
Contracting Authority: Jennifer Hendrick
E-mail Address: procurement-approvisionnement@infc.gc.ca
All of the pre-qualified Suppliers against PASS SA E60ZQ-180001 for the provision of professional services, under Stream 4: Forensic Audit Services, of SAs have been invited to compete:
1. Altis Recruitment & Technology Inc.
2. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
3. BDO Canada LLP
4. Cohen Hamilton Steger & Co. Inc.
5. Deloitte LLP
6. Ernst & Young LLP
7. KPMG LLP
8. MNP LLP
9. Pricewaterhouse Coopers LLP
10. RSM CANADA CONSULTING LP; RSM ALBERTA LLP; Government Solutions Group LLP – IN JOINT VENTURE
11. Samson & Associés CPA/Consultation Inc
DESCRIPTION OF REQUIREMENT:
Housing, Infrastructure and Communities Canada (HICC) seeks to establish a contract under the Professional Audit Support Services (PASS) Supply Arrangement, under the following Stream:
4. Forensic Audit;
Canada is seeking to establish a contract for Stream 4 Forensic Audit for the Development of a Fraud Risk Management Framework (FRMF) and supporting tools as defined in Annex "A", Statement of Work, and to be provided under the Contract, on an “as and when requested” basis only, for one (1) year and to potentially provide Fraud Risk Assessments as defined in Annex "A", Statement of Work, and to be provided under the Contract, on an “as and when requested” basis only, for three (3) one (1) year option periods.
DURATION OF CONTRACT
The period of any resulting contract will be from contract award date for a 12 month period. Any resulting contract will include an irrevocable option to extend the resulting contract term by up to 3 additional 1 year periods under the same conditions.
EVALUATION PROCESS AND SELECTION METHODOLOGY
Highest Combined Rating of Technical Merit 80% and Price 20%
SECURITY REQUIREMENTS
Common SRCL# 19: Reliability Status/Secret
Contract duration
The estimated contract period will be 12 month(s), with a proposed start date of 2025/09/29.
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 Infrastructure of Canada (INFC)
- Address
-
1100-180 Kent Street
Ottawa, Ontario, K1P 0B6Canada
- Contracting authority
- Rachelle Hill
- Phone
- (343) 550-3876
- Email
- rachelle.hill@infc.gc.ca
- Address
-
1100-180 Kent Street
Ottawa, Ontario, K1P0B6Canada
Bidding details
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| PS5687 - NPP - EN.pdf | 001 | EN | 28 | 2025/08/14 |
| PS5687 - APM - FR.pdf | 001 | FR | 3 | 2025/08/14 |