Financial Management Framework

Solicitation number 1000320666

Publication date

Closing date and time 2014/06/09 11:00 EDT


    Description
    NOTICE OF PROPOSED PROCUREMENT (NPP)
     
    PROFESSIONAL AUDIT SUPPORT SERVICES (PASS) 
    SUPPLY ARRANGEMENT
    
    Solicitation No.: 1000320666	  	
    Contracting Authority: Sophon Proulx	
    Telephone No.: (613) 941-7158			
    E-mail Address: Sophon.Proulx@cbsa-asfc.gc.ca
    		
    
    This RFP is only for pre-qualified Suppliers for Stream 6: Financial Accounting Services against Professional Audit Support Services (PASS) Supply Arrangement (E60ZG-060004)
    
    Altis Human Resources (Ottawa) Inc.
    BDO Dunwoody LLP
    Collins Barrow Ottawa LLP
    Deloitte & Touche LLP
    Ernst & Young LLP
    IBM Canada Ltd.
    Interis Consulting Inc.
    KPMG LLP
    Meyers Norris Penny
    Orbis Risk Consulting Inc.
    Pricewaterhouse Coopers LLP
    QMR Staffing Solutions Incorporated
    Raymond Chabot Grant Thornton
    Samson & Associés CPA/Consultation Inc
    Spearhead Management Canada Ltd.
    
    
    DESCRIPTION OF REQUIREMENT:
    	 
    	The objective of this contract is to develop a Financial Management Framework for the Resource Management Directorate within the Comptrollership Branch of the Canada Border Services Agency, as part the Treasury Board Policy Framework for Financial Management.  The Financial Management Framework must be consistent with central agency policies, guidelines, directives and best practices.
    	
    	Work Stream 6: Financial and Accounting Services
    
    
    DURATION OF CONTRACT
    Contract award to March 31, 2015
     
    EVALUATION PROCESS AND SELECTION METHODOLOGY
    Evaluation Methodology:
    The evaluation criteria are structured to evaluate bids against mandatory and point rated requirements. Bidders must meet all mandatory requirements and meet the minimum technical score to be considered compliant. 
    
    Basis of Selection:
    The selection of the successful Bidder will be made on the basis of best value to the Crown established through a cost-per-point evaluation, where the proposed total evaluation price will be divided by the total points obtained through the technical evaluation of the Bid.
    
    	Cost Per Rated Point = Total Estimated Cost
                                          Total Points Achieved
    
    The responsive Bid offering the best value will be the one obtaining the lowest cost-per-point and will be 
    recommended for award of the contract.
    
    SECURITY REQUIREMENTS
    
    1.            The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 
    
    2.            The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid SECRET STATUS, granted or approved by CISD/PWGSC.                
    
    3.           The Contractor MUST NOT remove any PROTECTED information or assets from the
    identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
    
    4.            Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    5.         The Contractor must comply with the provisions of the:
    
    (a)	Security Requirements Check List and security guide (if applicable), attached at Annex D;
    (b)	Industrial Security Manual (Latest Edition).
    
    
    
    Mandatory at Contract Award - Security Requirement
    ADDITIONAL SECURITY REQUIREMENT: The Canada Border Services Agency will conduct its own personnel Reliability Status assessment on the recommended Contractor and its personnel as per the Treasury Board Secretariat of Canada’s (TBS) “Security and Contracting Management Standard” and the Policy on Government Security – Personnel Security Standard, irrespective of whether such assessment has already been conducted under any such policies. The Reliability Status assessment conducted by the CBSA will include a credit check performed by an authorized security official with the CBSA’s “Personnel Security Screening Section” (PSSS), which is independent of the Public Works and Government Services Canada’s (PWGSC), “Canadian Industrial Security Directorate” (CISD) and the “International Industrial Security Directorate” (IISD). 
    
    For each proposed resource, the recommended Contractor must submit a completed signed original TBS 330-23 Form – Personnel Screening Consent and Authorization (http://www.tbs-sct.gc.ca/tbsf-fsct/330-23-eng.pdf) upon request of the Contracting Authority prior to Contract Award.
    
    Until the credit check and all other security screening processes required by this Request for Proposal have been completed and the recommended Contractor and its personnel is considered suitable by the CBSA, no contract will be awarded and the recommended Contractor (specifically the Contractor personnel) shall not be permitted access to Protected / Classified information or assets, and further, shall not be permitted to enter sites where such information or assets are kept. 
    
    
    
    In the event the recommended Contractor (specifically the Contractor personnel) does not pass the security screening process required by the CBSA, the said Contractor’s proposal will be considered non-responsive and the next ranked bidder will be contacted. If only one bid was obtained and the proposed bidder does not meet the security requirement, then, the contracting officer will determine the next steps in order to ensure all requirements are met.
    
    Contractor personnel can include in some instances landlords, property management employees and principles of companies when the latter have access to the premises where the CBSA designated or classified information\assets are kept.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    Canada
    Contracting authority
    Proulx, Sophon
    Phone
    613-941-7158
    Address
    473 Albert St. 8th Floor
    Ottawa, ON, K1A 0L8
    CA

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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)
    Procurement method
    Competitive – Selective Tendering

    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: