SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am (Eastern Time) 

Controls Assurance Work – Internal Control over Financial Management and Financial Reporting

Solicitation number ISED192390

Publication date

Closing date and time 2019/06/20 14:00 EDT


    Description

    PROFESSIONAL AUDIT SUPPORT SERVICES (PASS) SUPPLY ARRANGEMENT 

    This RFP is only for pre-qualified Suppliers for Stream 1: Internal Audit Services and Stream 3: Information Technology and Systems Audit against Professional Audit Support Services (PASS) Supply Arrangement (E60ZQ-180001).

    The following SA Holders have been invited to bid on this requirement:

    1. A Hundred Answers Inc.
    2. BDO Canada LLP
    3. Deloitte LLP
    4. Ernst & Young LLP
    5. KPMG LLP
    6. MNP LLP
    7. Orbis Risk Consulting Inc.
    8. Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE
    9. Pricewaterhouse Coopers LLP
    10. QMR Staffing Solutions Incorporated
    11. Raymond Chabot Grant Thornton Consulting Inc.
    12. Samson & Associés CPA/Consultation Inc
    13. Spearhead Management Canada Ltd.

    The work is currently being performed by Raymond Chabot Grant Thornton under contract (value $147,377).

    DESCRIPTION OF REQUIREMENT:

    In order to be in a position to report yearly on the status of its key Internal Control over Financial Reporting (ICFR) and Internal Control over Financial Management (ICFM), Innovation, Science and Economic Development (ISED) requires the services of a Contractor to perform controls assurance work on a rotational basis. The work can include effectiveness testing, design evaluations, documentation and/or the development of testing methodologies.

    DURATION OF CONTRACT

    The period of any resulting contract will be from date of Contract Award to August 31, 2020 inclusive. Any resulting contract will include an irrevocable option to extend the resulting contract term by up to four (4) additional one (1) year periods under the same conditions.

    SECURITY REQUIREMENTS

    At the date of bid closing, the following conditions must be met:

    The following security requirement (SRCL and related clauses provided by the Contract Security Program apply and form part of the Contract: 

    1. The Contractor/Offeror 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, issued by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).
    2. The Contractor/Offeror 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 Secret as required, granted or approved by CISD/PSPC.
    3. The Contractor/Offeror must not remove any protected/classified information from the identified work site(s), and the Contractor/Offeror 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/PSPC.
    5. The Contractor/Offeror must comply with the provisions of the:
      1. Security Requirements Check List and security guide (if applicable), attached at Appendix C;
      2. Industrial Security Manual (Latest Edition).

        The Company Security Officer (CSO) must ensure through the Contract Security Program that the Contractor and proposed individuals hold a valid security clearance at the required level.

    NOTE: A Notice is posted on Buyandsell.gc.ca to allow new suppliers to become qualified after the supply arrangements have been issued as a result of the renewal. Existing qualified suppliers, who have been issued a supply arrangement, will not be required to submit a new arrangement. This process enables the pre-qualification of new suppliers and/or further pre-qualification to add Streams for existing Suppliers already included in the ePortal of the Centralized Professional Services System (CPSS). If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.‐NCRIMOS@pwgsc.gc.ca.

    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
    Industry Canada
    Contracting authority
    Lafleur, Chantal
    Phone
    613-990-5937
    Email
    chantal.lafleur2@canada.ca
    Address
    235 Queen Street
    Ottawa, ON, K1A 0H5
    CA

    Buying organization(s)

    Organization
    Industry 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
    Canada
    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: