Audit Support Services - Oil and Gas Royalties In Indian Lands

Solicitation number A2770-13-6007

Publication date

Closing date and time 2013/10/09 14:00 EDT

Last amendment date


    Description
    This RFP is only for pre-qualified Suppliers for Stream 5: External Audit against Professional Audit Support Services (PASS) Supply Arrangement (E60ZG-060004)
    
    DESCRIPTION OF REQUIREMENT:
    	 
                 Audit Support Services  - Oil and Gas Royalties In Indian Lands
    	
    Canada is seeking to establish a contract(s) for audit support services as defined in Annex “A” Statement of Work. Indian Oil and Gas Canada requires the services of a team of resources to verify the accuracy and completeness of electronic royalty submissions by royalty payers relating to oil, gas and gas products on an "as and when requested" basis. 
    
    Indian Oil and Gas Canada (IOGC) is a Special Operating Agency of the federal government reporting to Lands and Economic Development Sector, Aboriginal Affairs and Northern Development Canada (AANDC). IOGC is responsible for the management, administration and timely disposition of Indian oil and gas resources on Indian Reserves across Canada south of the 60th parallel.
    
    IOGC operates under a legislative authority derived from the Indian Act, the Indian Oil and Gas Act, and the Indian Oil and Gas Regulations. As part of its trust responsibility, IOGC is responsible for the receipt and subsequent verification of royalty payments for oil/gas extracted from Indian Lands.
    
    Oil Pricing/Volume audits, Gas Pricing/Volume audits comprising of Gas Product Pricing and Volume audits, Gas Cost Allowance (GCA) audits are some of the methods used to verify that proper royalties are being submitted to IOGC. These audits examine source documents supporting oil/gas and related product prices/volumes reported by royalty payers and conduct other tests deemed necessary to ensure that appropriate royalties are received by IOGC on behalf of the Indian bands.
    
    	
    DURATION OF CONTRACT
    The period of the Contract is from contract award to October 31, 2016 inclusive and Canada will have to irrevocable option to extend the term of the Contract by up to two (2) additional 1-year periods under the same conditions.
    
    EVALUATION PROCESS AND SELECTION METHODOLOGY
    
    Only compliant Proposals will be considered.
    
    Only Proposals that have met all Mandatory Requirements, and have achieved or exceeded the required minimum score for the Point-Rated Criteria will be considered.  All Proposals will be rated on technical acceptability before price is considered.
    
    The contract will be awarded based on a determination of Best Value taking into account both the technical merit of the Proposals and the Financial Evaluation. To arrive at an overall score achieved by a Bidder, technical merit will be valued at 60% of the Proposal and price will be valued at 40% of the Proposal.
    Best value is defined as the highest combined total score
    
    SECURITY REQUIREMENTS
    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, including an IT Link 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 and security guide (if applicable), attached at Annex C; 
    2.	Industrial Security Manual (Latest Edition). 
    	
    
    Request For Proposal (RFP) documents will be posted on Buyandsell.gc.ca/tenders.
    Only the Qualified Supply Arrangement Holders under PASS who met the work stream and security level qualifications are being invited to bid on this requirement. Proposals received from any other supplier will not be considered.  
    
    Documents may be submitted in either official language of Canada.
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Garbo, Cathy
    Phone
    403-292-5097
    Fax
    403-292-5618
    Address
    SUITE 100, 9911 CHIILA BOULVARD
    Tsuu T'ina, AB, T2W 6H6
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    Alberta
    Region of opportunity
    Unspecified

    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: