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)
Contact information
Contracting organization
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
- Contracting authority
- Proulx, Sophon
- Phone
- 613-941-7158
- Address
-
473 Albert St. 8th FloorOttawa, ON, K1A 0L8CA
Buying organization(s)
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.