PASS SA - Audits Attestations Financières Annuelles

Solicitation number 10070713

Publication date

Closing date and time 2020/08/14 14:00 EDT


    Description

    Professional Audit Support Services (PASS) Requirement

    This requirement is for: Public Works and Government Services Canada.

    This requirement is open only to those Supply Arrangement Holders under E60ZQ-180001 who qualified under the following Stream:

    Stream 5: External Audit

    One (1) Project Manager/Leader resource supported by:

    • Partner/Managing Director
    • Senior Auditor
    • Auditor; and
    • Junior Auditor

    The services of a qualified Contractor is required to complete this assessment. The number of resource(s) may vary at the Contractor’s discretion. Contractor must indicate the number of resource(s) required in its bid.

    Please note that the Contractor must propose One (1) Project Manager/Leader resource (Team Leader), in accordance with the stream and category identified in the bid solicitation. However, the Team Leader can be supported by Partner/Managing Director, Senior Auditor, Auditor and Junior Auditor level resource(s) under the same stream and category.

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

    1. BDO Canada LLP
    2. Colins Barrow Ottawa LLP
    3. Deloitte LLP
    4. Ernst & Young LLP
    5. KPMG LLP
    6. MNP LLP
    7. Pricewaterhouse Coopers LLP
    8. Raymond Chabot Grant Thornton Consulting Inc.
    9. Samson & Associés CPA/Consultation Inc
    10. Welch LLP

    Description of the Requirement:

    Public Services and Procurement Canada (PSPC) (formally known as Public Works and Government Services Canada) requires the services of a licensed public accounting firm to conduct four (4) annual financial attest audits (i.e. external audit services). The objective of each of the annual financial attest audits is to provide an audit opinion on the information contained in the specified financial reporting documents. The audit opinions required under this Statement of Work are intended to provide reasonable assurance, to departmental senior management, about whether the financial statements and reports are free from material misstatement. The Office of the Auditor General also relies on the results of these audits in connection with its annual audit of the Condensed Consolidated Financial Statements of the Government of Canada, and related Public Accounts audit work.

    Level of Security Requirement:

    Security Requirement for Canadian Supplier: Public Works and Government Services Canada File #Common-Professional Services Security Requirement Check List #9.

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of Protected B, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    2. The Contractor/Offeror personnel requiring access to protected information, assets or work site(s) must EACH hold a valid Reliability Status, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    3. The Contractor must not utilize its Information Technology systems to electronically process, produce or store protected information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed up to the level of Protected B.

    Applicable Trade Agreements:

    • World Trade Organization Agreement on Government Procurement (WTO-AGP)
    • North American Free Trade Agreement (NAFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement
    • Canada-Columbia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement
    • Canada-Honduras Free Trade Agreement

    Proposed period of Contract:

    The period of the Contract is from November 1st, 2020 to October 31st, 2021 inclusive

    Option to Extend the Contract:

    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to Four (4) additional One (1) year period(s) under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

    Canada may exercise this option at any time by sending a written notice to the Contractor before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.

    Maximum Funding:

    The maximum funding available for the Contract resulting from the bid solicitation is:

    Contract Initial Period $210,000.00 (professional fees and travel included) (Applicable Taxes extra)

    Contract Option Period #1 $210,000.00 (professional fees and travel included) (Applicable Taxes extra)

    Contract Option Period #2 $210,000.00 (professional fees and travel included) (Applicable Taxes extra)

    Contract Option Period #3 $210,000.00 (professional fees and travel included) (Applicable Taxes extra)

    Contract Option Period #4 $210,000.00 (professional fees and travel included) (Applicable Taxes extra)

    Total Contract Estimated Value: $1,050,000.00 (professional fees and travel included (Applicable Taxes extra)

    Bids valued in excess of this amount will be considered non-responsive. This disclosure does not commit Canada to pay the maximum funding available.

    File Number: 10070713

    Contracting Authority: Mélanie Constantineau-Gosselin

    Phone Number: 873-355-4598

    E-Mail: Melanie.Constantineau-Gosselin@tpsgc-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
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    ConstantineauGosselin, Melanie
    Phone
    873-355-4598
    Email
    Melanie.Constantineau-Gosselin@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier Street
    Gatineau, QC, K1A 0S5
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering