Audits of Internal Controls over Financial Management

Solicitation number ECHS-RFP-17-0301

Publication date

Closing date and time 2017/10/23 14:00 EDT

Last amendment date


    Description

    Notice of Proposed Procurement (NPP)

    Professional Audit Support Services (PASS) Supply Arrangement

    Audits of Internal Controls over Financial Management

    This RFP is only for pre-qualified Suppliers for Stream 6 against Professional Audit Support Services (PASS) Supply Arrangement (E60ZG-060004) for the following categories:

    Stream 6 – Financial and Accounting Services

    • 1 Partner/Managing Director
    • 1 Project Manager/Leader
    • 2 Auditors

    The information contained in this notice is a brief description of the requirement and is for information purposes only. Bidders must refer to the complete Request for Proposal (RFP) document for a full description of the requirement and the full bid instructions.

    1. Elections Canada File No: ECHS-RFP-17-0301
    2. Applicability of Trade Agreements: Yes
    3. Tendering Procedure: Limited Tendering
    4. Tendering Procedure: Attachment: No
    5. Competitive Procurement Strategy: Highest Combined Rating Technical & Merit
    6. Comprehensive Land Claim Agreement: No

    The following SA Holders have been invited to submit a proposal.

    A Hundred Answers Inc.

    Altis Human Resources (Ottawa) Inc.

    Collins Barrow Ottawa LLP

    Deloitte LLP

    Ernst & Young LLP

    FMC Professionals Inc.

    IBM Canada Ltd.

    KPMG LLP

    MNP LLP

    Pricewaterhouse Coopers LLP

    QMR Staffing Solutions Incorporated

    Raymond Chabot Grant Thornton Consulting Inc.

    Samson & Associés CPA/Consultation Inc.

    The Right Door Consulting & Solutions Inc., Collins Barrow Ottawa Management Consultants Inc. in Joint Venture

    Background

    The Chief Electoral Officer of Canada (“CEOC”), an agent of Parliament, exercises general direction and supervision over the conduct of elections and referendums at the federal level. The CEOC heads the Office of the Chief Electoral Officer, commonly known as Elections Canada (EC).

    Under the Treasury Board Policy on Financial Management, EC is responsible for ensuring that a risk-based system of Internal Control over Financial Management (ICFM) is established, monitored and maintained.

    EC requires professional services to develop the documentation of significant business processes, to identify and assess the internal controls, and to suggest corrective measures when issues are identified within the significant business processes in regard of the ICFM.

    Treasury Board and the Office of the Comptroller General have introduced a number of initiatives aimed at strengthening management practices, accountability, and transparency. They have introduced the Treasury Board Policy on Internal Control which came into effect on April 1, 2009 and was replaced on April 1, 2017 with a new Policy on Financial Management. The objective of both policies is to ensure that risks relating to the prudent use and sound stewardship of public resources, including reliability of financial reporting, are adequately managed through the maintenance of effective risk-based systems of internal control across government.

    EC’s nature of business is such that in a non-election year, expenses are around $150 million with approximatively 450 employees and in an election year, expenses can reach $500 million with approximatively 325,000 election workers required to conduct the election. Internal controls will have to take into account EC’s financial reality.

    Requirement

    EC requires professional services on an as and when requested basis to:

    1. support continued implementation and monitoring of ICFM
    2. develop financial policies
    3. develop an account verification directive for salary transactions and other expenses

    Period of the Contract

    The Contract period will be from the Effective Date of the Contract until October 31, 2018 (the “Initial Term”). The Contractor will grant to Elections Canada irrevocable options to extend the period of the Contract by two additional periods of 1-year each under the same terms and conditions.

    International Trade Agreements

    This procurement process is subject to the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Panama Free Trade Agreement, the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Honduras Free Trade Agreement (CHFTA), the Canada-Korea Free Trade Agreement (CKFTA), the Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).

    Submission of Offers

    Notice of Proposed Procurement (NPP)

    Professional Audit Support Services (PASS) Supply Arrangement

    Audits of Internal Controls over Financial Management

    This RFP is only for pre-qualified Suppliers for Stream 6 against Professional Audit Support Services (PASS) Supply Arrangement (E60ZG-060004) for the following categories:

    Stream 6 – Financial and Accounting Services

    - 1 Partner/Managing Director

    - 1 Project Manager/Leader

    - 2 Auditors

    The information contained in this notice is a brief description of the requirement and is for information purposes only. Bidders must refer to the complete Request for Proposal (RFP) document for a full description of the requirement and the full bid instructions.

    1. Elections Canada File No: ECHS-RFP-17-0301
    2. Applicability of Trade Agreements: Yes
    3. Tendering Procedure: Limited Tendering
    4. Tendering Procedure: Attachment: No
    5. Competitive Procurement Strategy: Highest Combined Rating Technical & Merit
    6. Comprehensive Land Claim Agreement: No

    The following SA Holders have been invited to submit a proposal.

    A Hundred Answers Inc.

    Altis Human Resources (Ottawa) Inc.

    Collins Barrow Ottawa LLP

    Deloitte LLP

    Ernst & Young LLP

    FMC Professionals Inc.

    IBM Canada Ltd.

    KPMG LLP

    MNP LLP

    Pricewaterhouse Coopers LLP

    QMR Staffing Solutions Incorporated

    Raymond Chabot Grant Thornton Consulting Inc.

    Samson & Associés CPA/Consultation Inc.

    The Right Door Consulting & Solutions Inc., Collins Barrow Ottawa Management Consultants Inc. in Joint Venture

    Background

    The Chief Electoral Officer of Canada (“CEOC”), an agent of Parliament, exercises general direction and supervision over the conduct of elections and referendums at the federal level. The CEOC heads the Office of the Chief Electoral Officer, commonly known as Elections Canada (EC).

    Under the Treasury Board Policy on Financial Management, EC is responsible for ensuring that a risk-based system of Internal Control over Financial Management (ICFM) is established, monitored and maintained.

    EC requires professional services to develop the documentation of significant business processes, to identify and assess the internal controls, and to suggest corrective measures when issues are identified within the significant business processes in regard of the ICFM.

    Treasury Board and the Office of the Comptroller General have introduced a number of initiatives aimed at strengthening management practices, accountability, and transparency. They have introduced the Treasury Board Policy on Internal Control which came into effect on April 1, 2009 and was replaced on April 1, 2017 with a new Policy on Financial Management. The objective of both policies is to ensure that risks relating to the prudent use and sound stewardship of public resources, including reliability of financial reporting, are adequately managed through the maintenance of effective risk-based systems of internal control across government.

    EC’s nature of business is such that in a non-election year, expenses are around $150 million with approximatively 450 employees and in an election year, expenses can reach $500 million with approximatively 325,000 election workers required to conduct the election. Internal controls will have to take into account EC’s financial reality.

    Requirement

    EC requires professional services on an as and when requested basis to:

    1. support continued implementation and monitoring of ICFM
    2. develop financial policies
    3. develop an account verification directive for salary transactions and other expenses

    Period of the Contract

    The Contract period will be from the Effective Date of the Contract until October 31, 2018 (the “Initial Term”). The Contractor will grant to Elections Canada irrevocable options to extend the period of the Contract by two additional periods of 1-year each under the same terms and conditions.

    International Trade Agreements

    This procurement process is subject to the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Panama Free Trade Agreement, the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Honduras Free Trade Agreement (CHFTA), the Canada-Korea Free Trade Agreement (CKFTA), the Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).

    Submission of Offers

    It is requested that offers be addressed to the attention of the Contracting Authority and delivered to the Proposal Receiving Unit. Offers must be delivered to the following address, sealed, on or before the bid closing date indicated on the front page of the RFP at 2:00 p.m. (Gatineau, Quebec time).

    Mailing Address:

    Elections Canada

    30 Victoria Street -1st Floor (Business Centre)

    Gatineau, QC

    K1A 0M6

    Attn: Hannah State, Senior Advisor, Procurement and Contracting Services

    Elections Canada File No: ECHS-RFP-17-0301

    For sending packages by courier or for dropping off, please note that the Business Centre hours are Mondays to Fridays from 8:00 a.m. to 4:00 p.m. (Gatineau, Quebec time).

    Bids sent via electronic mail or facsimile will not be accepted.

    All enquiries and other communication with Elections Canada officials are to be directed ONLY to the Contracting Authority. The Contracting Authority will be the bidder’s primary contact. All requests for information must be directed to this contact. Bidders who contact anyone other than the Contracting Authority may be disqualified. All enquiries must be submitted in writing to Proposition-Proposal@elections.ca no later than the deadline indicated in the RFP. Enquiries received after that time may not be answered.

    Interested parties wishing to obtain the solicitation documents for this RFP must do so through https://buyandsell.gc.ca/procurement-data/tenders. The documents downloaded through this site take precedence over any copies that may also be made available.

    Documents may be submitted in either official language of Canada.

    Elections Canada retains the right to negotiate with suppliers on any procurement.

    Further information about Elections Canada may be obtained at www.elections.ca.

    Debriefings

    Once the successful bidder has been announced, bidders may request a debriefing on the results of the RFP process. Bidders should make the request to the Contracting Authority as per the terms of the RFP. The debriefing may be in writing, by telephone or in person.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Elections Canada
    Address
    30 Victoria Street
    Gatineau, Ontario, J9X 4H7
    Canada
    Contracting authority
    State, Hannah
    Phone
    819-939-1488
    Email
    proposition-proposal@elections.ca
    Address
    30 rue Victoria
    Gatineau, QC, K1A 0M6
    CA

    Buying organization(s)

    Organization
    Elections Canada
    Address
    30 Victoria Street
    Gatineau, Ontario, J9X 4H7
    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
    World
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: