Internal Audit services
Solicitation number 0P001-19-0006
Publication date
Closing date and time 2019/07/04 15:30 EDT
Description
This RFP is only for pre-qualified Suppliers for Stream 1 Internal Audit against Professional Audit Support Services (PASS) Supply Arrangement (E60ZQ-180001)
DESCRIPTION OF REQUIREMENT:
The Commissioner of Official Languages is seeking to establish up to two (2) contracts for internal audit services as defined in the request for proposal on an “as and when requested” basis only, for one (1) eight (8) month period and up to four (4) one (1) year option periods.
The requirement is open to pre-qualified suppliers for the following stream of the PASS SA:
Work Stream 1: Internal Audit
A Hundred Answers Inc.
Altis Human Resources (Ottawa) Inc.
Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
Baiame Technology and Consulting Limited
Collins Barrow Ottawa LLP
Deloitte LLP
Ernst & Young LLP
FMC Professionals Inc.
KPMG LLP
Murray Management Consulting Inc.
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
EVALUATION PROCESS AND SELECTION METHODOLOGY
Highest combined rating of technical merit and price
SECURITY REQUIREMENTS
- 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 Works and Government Services Canada (PWGSC)
- 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/PWGSC
- 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
- Subcontracts which contain security requirements are not to be awarded without the prior written permission of CISD/PWGSC
- The Contractor/Offeror must comply with the provisions of the:
- Security Requirements Check List and security guide
- Industrial Security Manual (Latest Edition)
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Office of the Commissioner of Official Languages
- Address
-
30 Victoria Street, 6th FloorGatineau, Quebec, K1A 0T8Canada
- Contracting authority
- Collette, Jerome
- Phone
- 873-353-0350
- Email
- Jerome.Collette@ocol-clo.gc.ca
- Address
-
30 rue Victoria, 6ième étageGatineau, QC, K1A 0T8CA
Buying organization(s)
- Organization
-
Office of the Commissioner of Official Languages
- Address
-
30 Victoria Street, 6th FloorGatineau, Quebec, K1A 0T8Canada
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.