Information technology General Controls
Solicitation number 100 000 273
Publication date
Closing date and time 2014/07/03 14:00 EDT
Last amendment date
Description
THE CLOSING DATE AND TIME IS NOW JULY 3RD 2014, 2PM. Solicitation No.: 100 000 273 Contracting Authority: Martine A Lamarche Telephone No.: 819-654-5936 Fax No.: 819-953-6859 E-mail Address: martine.lamarche@hrsdc-rhdcc.gc.ca This RFP is only for pre-qualified Suppliers for Stream 3: Information Technology and Systems Audits against Professional Audit Support Services (PASS) Supply Arrangement (E60ZG-060004) DESCRIPTION OF REQUIREMENT: This initiative is to validate and ensure the efficiency and effectiveness of ESDC’s system of Internal Controls over Financial Reporting (ICFR). An effective risk-based system of internal controls will support compliance with TBS’ Policy on Internal Control. Another objective is to assess the system of internal controls pertaining to the other Information Technology General Controls (ITGC) for the department financial system SAP and all its feeder systems. The documentation and assessment of the ITGCs play an integral role in the overall assessment of ESDC ICFR framework, and are fundamental in the determination as to whether reliance can be placed on automated business process controls that support significant accounts presented in the financial statements. Work Stream 3: Information Technology and Systems Audits. DURATION OF CONTRACT The Work is to be performed during the period of contract award date to 36 months later. EVALUATION PROCESS AND SELECTION METHODOLOGY Basis of Selection - Highest Combined Rating of Technical Merit (75 %) and Price (25 %) A. To be declared responsive, a bid must: (a) comply with all the requirements of the bid solicitation; (b) meet all the mandatory evaluation criteria; and (c) obtain the required minimum number of points of 75% or 158 points out of 210 for the point rated technical criteria. B. Bids not meeting (a) or (b) or (c) will be declared non-responsive. Neither the responsive bid obtaining the highest number of points nor the one with the lowest evaluated price will necessarily be accepted. C. The lowest evaluated price (LP) of all responsive bids will be identified and a pricing score (PS), determined as follows, will be allocated to each responsive bid (i): PSi = LP / Pi x 25. Pi is the evaluated price (P) of each responsive bid (i). D. A technical merit score (TMS), determined as follows, will be allocated to each responsive bid (i): TMSi = OSi x 75. OSi is the overall score (OS) obtained by each responsive bid (i) for all the point rated technical criteria specified in the RFP, determined as follows: total number of points obtained / maximum number of points available. E. The combined rating (CR) of technical merit and price of each responsive bid (i) will be determined as follows: CRi = PSi + TMSi. F. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. In the event two or more responsive bids have the same highest combined rating of technical merit and price, the responsive bid that obtained the highest overall score for all the point rated technical criteria detailed in the RFP will be recommended for award of a contract. SECURITY REQUIREMENTS The following security requirement (SRCL) and related clauses apply and form part of the Contract: 1. The Contractor must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Facility Security Clearance at the level of SECRET, with approved Document safeguarding at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Contractor personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABILITY STATUS, CONFIDENTIAL or SECRET as required, granted or approved by the CISD, PWGSC. 3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store any sensitive PROTECTED/CLASSIFIED information until CISD/PWGSC has issued written approval. After approval has been granted, these tasks may be performed up to the level of SECRET. 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, attached to the RFP and b. Industrial Security Manual (Latest Edition). For additional information on security requirements, bidders should consult the “Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders” (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental Standard Procurement Documents Website.
Contract duration
Refer to the description above for full details.
Trade agreements
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Employment and Social Development Canada
- Address
-
142 Prom. du PortageGatineau, Quebec, J8X 2K3Canada
- Contracting authority
- Lamarche, Martine
- Phone
- 819-654-5936
- Address
-
140 Promenade du PortageGatineau, QC, K1A 0J9CA
Buying organization(s)
- Organization
-
Employment and Social Development Canada
- Address
-
142 Prom. du PortageGatineau, Quebec, J8X 2K3Canada
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.